Loading...
AG 19-237 - Northeast Electric RETURN TO: PW ADMIN EXT: 2700 ID#: 4181 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/Div: PUBLIC WORKS/ er EXT: 3. DATE REQ. 1 12/9/22 2. ORIGINATING STAR;PERse�N:.� 2711 Desiree Winkler ..... �.. 3. TYPE OF DOCUMENT(CHECK ONE): 13 CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT PROFESSIONAL SERVICE AGREEMENT MAINTENANCE AGREEMENT GOODS AND SERVICE AGREEMENT E3 HUMAN SERVICES/CDEG [3 REAL ESTATE DOCUMENT I7 SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) 0 ORDINANCE RESOLUTION 0 CONTRACT AMENDMENT(AG#): 197237 INTERLOCAL OTHER Change order 5 a. PROJECT NAME.'Citywide Adawe,Signal Control _fir 1, 2, & 3 System - ITS Imp Ph.... .. s. ADDRFOss: 1� �.��O, �Northeast Electric, LLC ......� ... _ V1 oodland, WA 98674.. �a I.I a�AtC�I�r r 66-225-700 ......6 E-MAIL:fro +h nello,nej FAX- SIGNATURE NAME: Troyes„Hallberg � TITLE: Manager �Governor) 6. EXHIBITS AND ATTACHMENTS:MIENTS: SCOPE,WORK OR SERVICES E3 COMPENSATION INSURANCE REQUIREMENTS/CERTIFICATE E3 ALL OTHER REFERENCED EXHIBITS D PROOF OF AUTHORITY TO SIGN IB REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP.12/31/ UBI#6.02482576 EXP. / / 7. TERM: COMMENCEMENT DATE:,....... COMPLETION DATE:.,,,,,,, 8. TOTAL COMPENSATION:$add $3,88.9 87(new total 1,8o1.r3o7.e; (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: r3 YES 13 NO IF YES,MAXIMUM DOLLAR AMOUNT: $..................... IS SALES TAX OWED: 13 YES 0 NO IF YES,$ PAID BY: 13 CONTRACTOR 13 CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED L! PURCHASING: PLEASE CHARGE TO: ....,,, � P d° V D �,I„ DOCUMENT/CONTRACT REVIEW INITIAL/C3ATE C1,➢ VI F"Jw I,6E ,rn..... �. INITIAL/DATF �SIII_I m ❑ PROJECT MANAGER m.. ❑ DIVISION MANAGER DEPUTY DIRECTOR DSW 7 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT KVA 12/5/2022 ( ) "ra COMMITTEE APPROVAL DA'I E: 1.0. f'OIJNCII,APPROVAL IF APPLICABLE) SCEIE'DULED COMMITTEE DATE:..__ ....................... SCIIEDIILED COUNCIL DATE: ... COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT �r. ,. �...m �..���� DATE REC`D ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ 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 SKIN 0 D ❑ FINANCE DEPARTMENT .....,,„ .. o LAW DEPT m..._ ❑ SIGNATORY(MAYOR 01 Dl[I9 "9I'h1I ' " Ei Ei CITY CLERK ASSIGNED AG ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: L k Lt L1'u:," "ORI G I N A S ... ,,,,,,,, ....,.. - ........ I/2.020 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 202&216 AG 19-237 05 t " )er N ' _C � ._. PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS—PHASE 1 &2 AND PHASE 3 NORTHEAST ELECTRIC, LLC PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1) Puget Sound Energy (PSE) Power Service Modifications and Restoration: Change Order 4 added the revision to provide new PSE power service at the intersections: a) S 320t'' Street& 1-5 SB (ITS02); b) S 320t'' Street& 1-5 NB (ITS 04); c) SR 18 & 1-5 SB (ITS 41); d) Enchanted PKWY S (SR 161) &SR 18 WB (ITS 42); and e) Enchanted PKW S (SR 161) &Milton Road S (ITS 43).A few changes were required to complete the work. a) ITS02:After additional field checks, PSE determined that they were unable to feed the new power service from an existing pole-mounted transformer as shown on the Change Order 4 plans at S 3201h Street & 1-5 SB (ITS 02). A new pad mount transformer was required. The Contractor was required to dig for the transformer foundation and construct an additional conduit path to connect to the new power service (see attached plan). Restoration was required of the disturbed area per WSDOT requirements as noted on their permit plans. Service wire required was 10 ft longer and changed from 4/0 to 3/0. b) ITS 04:After additional field checks, PSE determined that they needed to set an additional pole not anticipated in the Change Order 4 plans (see Change Order 5 plan for new pole location).Additional time required by electricians to restore area for new pole and provided related traffic control. Service wire changed from 4/0 to 3/0. c) ITS 41: After additional field checks, PSE determined that additional conduit needed from vault(V01)to meter(M01). Service wire required was longer and changed from 4/0 to 3/0. d) ITS 42: Service wire changed from 4/0 to 3/0. e) ITS 43: Service wire changed from 4/0 to 3/0. Measurement and Payment: Schedule"A"-Bid Item A 38A"PSE Power Service at S 3201'' ST& 1-5 SB (ITS02) Revision" Lump Sum is created. Schedule"A"-Bid Item A 39A"PSE Power Service at S 320t'ST& 1-5 NB (ITSO4) Revision" Lump Sum is created. Schedule "A"- Bid Item A 40A "PSE Power Service at SR 18 & 1-5 SB (ITS 41) Revision" Lump Sum is created. Schedule"A"-Bid Item A 41A"Enchanted PKWY S(SR 161)&SR 18 WB(ITS 42)Revision"Lump Sum is created. CITYWIDE ADAPTIVE SIGNAL CONTROL CHANGE ORDER#5 SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 November 2022 PROJECT#202 AND 216 Schedule "A"- Bid Item A 42A "PSE Power Service at Enchanted PKWY S (SR 161) & Milton RD S (ITS 43) Revision" Lump Sum is created. Measurement and Payment for Schedule"A"-Bid Item A 38A will be paid at a unit rate of$814.93 Lump Sum. Measurement and Payment for Schedule"A"-Bid Item A 39A will be paid at a unit rate of$1,473.50 Lump Sum. Measurement and Payment for Schedule"A"- Bid Item A 40A will be paid at a unit rate of$980,71 Lump Sum. Measurement and Payment for Schedule"A"-Bid Item A 41A will be paid at a unit rate of$286.77 Lump Sum. Measurement and Payment for Schedule "A"-Bid Item A 42A will be paid at a unit rate of$333.96 Lump Sum. Time Statement: No working days will be added/deleted from the contract due to this change. The time provided for completion in the Contract is ® Unchanged ❑ Increased by_Working Day(s) ❑ Decreased by_Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If"Yes"Will the Policies Be Extended? ❑ Yes ® No THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: Schedule"A" Existing Change Total Cost Qty Qty Unit Unit cost PSE Power Service at S 320th 38A ST& 1-5 SB ITS02 - Revision 0 1 LS $814.93 $814.93 PSE Power Service at S 3201h 39A ST& 1-5 NB ITSO4 - Revision 0 1 LS $1,473.50 $1,473.50 PSE Power Service at SR 18 & 40A 1-5 SB (ITS 41) - Revision 0 1 LS $980.71 $980.71 Enchanted PKWY S (SR 161) & SR- 18WB 41A ITS 42 - Revision 0 1 LS $286.77 $286.77 Enchanted PKWY S (SR 161) & Milton RD S (ITS 43)- 42A I Revision 0 1 LS $333.96 $333.96 TOTAL $3,889.87 CITYWIDE ADAPTIVE SIGNAL CONTROL CHANGE ORDER#5 SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 November 2022 PROJECT#202 AND 216 TOTAL NET CONTRACT: $1,801,307.66 JINCREASE$3,888.87 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $1,650,250, 0 PREVIOUS CHANGE ORDERS $14T16778 THIS CHANGE ORDER 8 880 87 NEW CONTRACT AMOUNT $1,801307.66 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. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. H. ..,�.. CONTRACTOR'S SIGNATURE DATE PUBLI ORKS DIRECTOR DATE CITYWIDE ADAPTIVE SIGNAL CONTROL CHANGE ORDER#5 SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1&2 AND PHASE 3 November 2022 PROJECT#202 AND 216 NORTHEAST I CHANGE ORDER PROPOSAL NE COP# 18.1 REV# 1 DATE: 5/23/2022 PROJECT: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMP OWNER: CITY of FEDERAL WAY PRIME: NORTHEAST ELECTRIC, LLC WORK DESCRIPTION: PSE extra work ITS 04 LABOR HOURS RATE Labor DESCRIPTION REGULAR OVERTIME REGULAR OVERTIME Subtotal ELECTRICIAN 2.00 0.00 $ 85.82 $ 128.73 $ 171.64 ELECTRICIAN ATTP-6 2.00 0.00 $ 74.76 $ 112.15 $ 149.53 GENERAL LABOR 2.00 0.00 $ 56.66 $ 84.99 $ 113.32 TCS 2.00 0.00 $ 51.46 $ 77.19 $ 102.92 FLAGGER 2.00 0.00 $ 48.19 $ 72.29 $ 96.38 BORE OPERATOR 0.00 0.00 $ 75.99 $ 113.98 $ BORE LOCATOR 1 0.00 0.00 1 $ 75.41 $ 113.11 $ - $ 633.79 EQUIPMENT HOURS RATE Equipment DESCRIPTION REGULAR STANDBY REGULAR Subtotal #4 2004 I NT. DUMP 5YD 2.00 0.00 $ 37.94 $ 75.88 #E58 2019 CAT 305 ES EXCAVATOR 2.00 0.00 $ 36.60 $ 73.20 0.00 0.00 $ EQUIPMENT TOTAL SHEET 2 $ - $ 149.08 MATERIAL&RENTALS Material DESCRIPTION QUANTITY UOM UNIT COST Subtotal Dirt haul off 1.00 LS $ 100.00 $ 100.00 Rock 1.00 TN $ 17.00 $ 17.00 MATERIAL TOTAL SHEET 2 $ 276.00 $ 393.00 SUBCONTRACTORS Subcontractor DESCRIPTION QUANTITY UOM UNIT COST Subtotal 0.00 LS $ - $ LABOR M/UP 29% $ 183.80 LABOR TOTAL $ 817.59 EQUIPMENT M/UP 21% $ 31.31 EQUIPMENT TOTAL $ 180.39 MATERIAL M/UP 21% $ 82.53 MATERIAL TOTAL $ 475.53 SUBCONTRACTOR M/UP 12% $ - SUBCONTRACTOR TOTAL $ - GRAND TOTAL $ 1,473.50 NOTES: WE RESERVE our RIGHT to REQUEST CONTRACT TIME EXTENSION and to CORRECT this COP for ERRORS and OMISSIONS WE WILL SUPPLY and INSTALL ALL LABOR,EQUIPMENT and MATERIALS WITHIN this COP per OWNERS INSTRUCTIONS THIS COP PRICE is GOOD for ACCEPTANCE WITHIN 30 DAYS FROM DATE of RECEIPT by OWNER EQUIPMENT HOURS RATE EQUIPMENT DESCRIPTION REGULAR STANDBY REGULAR SUBTOTAL 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ SHEET 2 EQUIPMENT TOTALS 0.00 0.00 $ - MATERIAL QTY UOM UNIT COST AMOUNT 3/0 Copper 75.0 LS $ 4.68 $ 351.00 4/0 Triplex URD 25.0 LS $ (3.00) $ (75.00) 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ SHEET 2 MATERIAL TOTALS $ 276.00 Ot Ili Oi ll� ll� -i a! q R L'i ly O .1i an .6 0 0 0 0 cc z z ❑ > cc co ga 0 — — - — — — — — — — u co LU a z z > Zo 6 6 6 2u cc Z Z 0 ZI m m m m ZO :r W o w a: lc--I u < 0:1 w % z 0 Q 0 0 u o z o z ac cc w j cc u cc U ga < u u u Z M o c3 2 z w 0 > z < u 0 co u C) z w u u WX lw z z I z 0 0 0 if X *t �.: .. ❑ z < u C, i I. I- - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - h N Vi w co a . . . a 0 0 0 a C, a 0 0 0 0 0 0 0 0 0 a 0 0 0 Q a 0 0 0 0 0 0 q q q q q q q q aq qo qo oq oq q q q q q q q q q q q q q q 9 q q q 0 0 0 c 0 c 0 0 0 0 0 a a 0 0 0 0 0 0 0 0 0 0 a 0 0 0 0 a 0 0 0 0 0 0 O O Z w 0 0 u 0 O ON ON O m 0 IL . . . . . . . . . . th in - - — — — — — —— — vl vl in in ———— — — —— — — — — ui N q q q q tp 0 z —— — ----- - - - - --- — —— to — — 0 w WL� zz Qj LLj o u i2IT'i 11 105097840 j LU H m �L-u is �g- M LU S G < 12 0 < > 0 z W z < 5 u w U) H26 Rl C ED, HH uj OUR Ez RN & 9 0 I Qj I� L z— LU M Fio i 'R Es w z Z Z % C z G t3 t'q 2, ui T R pz. Z'5m w z-. z R cc w z -"Fdl lz-�;i 'zH Izrc H m O 2 62 ol ol 2 za HE Mun 41" U) le 11 MH 8z-H Li U, p-Mi z 86�69. H �z E:-�E NEE mx R LU R R a R N Haan < U) Eo fh 0 Lj— V) U) �d031: Z: F- F- cli U) ui ru z IL 5 < —0—a11-11-11-1111\O V—61s --40 ---\—Z —1-R\1--OL dy LBD 'Lu In ly -,.2 2 z Z 8 C) sag, w J U z"95, 53 i uj Aj A I J t A- w- z l.Z 1P. Rz z O 81 z w g (.) FD �n; z w > LL) lz w QL IRS x A 6 Ri —7-71 OF- WI Wo k CL Lu 68 tu cl LU U;, CZ, IW cl) Z cj w (n ui W 21, eon OI �W w 6-Il Ln EL 7-1 1 [.,i IIJ 10 ... ... ... ... Viii 0 Flit; .......... LL sl �j LJ u w LJ 55 -HaWN 2 o awn "IR Z'-81 7L, In ul NORTHEAST c���TRIC, I CHANGE ORDER PROPOSAL NE COP# 19.2 REV# 1 DATE: 5/23/2022 PROJECT: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMP OWNER: CITY of FEDERAL WAY PRIME: NORTHEAST ELECTRIC, LLC WORK DESCRIPTION: Extra worK ITS 41 LABOR HOURS RATE Labor DESCRIPTION REGULAR OVERTIME REGULAR OVERTIME Subtotal ELECTRICIAN 1.00 0.00 $ 85.82 $ 128.73 $ 85.82 ELECTRICIAN ATTP-6 1.00 0.00 $ 74.76 $ 112.15 $ 74.76 GENERAL LABOR 0.00 0.00 $ 56.66 $ 84.99 $ - TCS 0.00 0.00 $ 51.46 $ 77.19 $ FLAGGER 0.00 0.00 $ 48.19 $ 72.29 $ BORE OPERATOR 0.00 0.00 $ 75.99 $ 113.98 $ BORE LOCATOR 1 0.00 0.00 1 $ 75.41 $ 113.11 $ - $ 160.58 EQUIPMENT HOURS RATE Equipment DESCRIPTION REGULAR STANDBY REGULAR Subtotal 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ EQUIPMENT TOTAL SHEET 2 $ MATERIAL&RENTALS Material DESCRIPTION QUANTITY UOM UNIT COST Subtotal 3/0 Copper 90.00 LF $ 4.68 $ 421.20 3 inch PVC 80 w/Fittings 30.00 LF $ 9.77 $ 293.10 MATERIAL TOTAL SHEET 2 $ (75.00) $ 639.30 SUBCONTRACTORS Subcontractor DESCRIPTION QUANTITY UOM UNIT COST Subtotal 0.00 LS $ - $ LABOR M/UP 29% $ 46.57 LABOR TOTAL $ 207.15 EQUIPMENT M/UP 21% $ - EQUIPMENT TOTAL $ - MATERIAL M/UP 21% $ 134.25 MATERIAL TOTAL $ 773.55 SUBCONTRACTOR M/UP 12% $ - SUBCONTRACTOR TOTAL $ GRAND TOTAL $ 980.71 NOTES: WE RESERVE our RIGHT to REQUEST CONTRACT TIME EXTENSION and to CORRECT this COP for ERRORS and OMISSIONS WE WILL SUPPLY and INSTALL ALL LABOR,EQUIPMENT and MATERIALS WITHIN this COP per OWNERS INSTRUCTIONS THIS COP PRICE is GOOD for ACCEPTANCE WITHIN 30 DAYS FROM DATE of RECEIPT by OWNER EQUIPMENT HOURS RATE EQUIPMENT DESCRIPTION REGULAR STANDBY REGULAR SUBTOTAL 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ SHEET 2 EQUIPMENT TOTALS 0.00 0.00 $ - MATERIAL QTY UOM UNIT COST AMOUNT 4/0 trplex URD 25.0 LF $ (3.00) $ (75.00) 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ SHEET 2 MATERIAL TOTALS $ (75.00) 6 .6 L'I VIIR E I c� -i E rl! 1% w cL In 124 In cr 0 OF — — — — — — — - - - LU R cor z 0 u co LU a 0 0 0 co z 201 J 0 Z x cco u~i rn 217 o, E 6 q�o 0 cl: zo = cc z Z 0 z U w 0 0 D' m, IL g22 Z u 0 z 0 0 0 RE z j — e. aO co 0 g 2 a. j u Z m u 0 in < 2 CI z x z z 0 4t cli u 0 z a - o- 0 u o z 0 wm 1�-Id M]"R5 Iwo lgwo J..p.p., w o 0 0 0 a r v m o 0 o v z m u� O O O Q ih to yh V} UT 1A V} to to V} LT to V? V} V? V} to V? Vt N Vf i/} ll1 l/4 Y/T YI} ih V} i/} — — — —— to to — — —U}.....— — r NO ON 0 0 0 0 lD Q y� M cY e+1 Vt Ut O at . . . . . . . . . . . . . . . . O N N O Q r ¢ z —— — — — - - — — to — — ilk —— — — — ——of— �A Ll uT - — — — — — uT VT th th ih V} VF aR to V} VT FW. IC � W N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 010 6 0 0 cc LU r b0 G Q _a v m � o o a � a c in 2 O o0 C � Ro 105097840 F. % M wo ag c U, m Q IL z w H H OD 'Loa 3 Hr z D BH R.8 Fl,-T Lu z z . IN1 't-0 �14 w Hsi- n 0 IL a_ a wn Ix. uj z A LU e > w, lw— .22 w 5 L4 a >o �� S N - a zi M: OW V) 09 IL 0 [If W< S 0 03 T > 0 i h L) as w U)8 m 0 8 Ifl Iv, 7)1 CL 0 uj Lu z > 13- % 'AD i aka -S, E' p 9 II / 9 oz m d-Ww i" t i-1, I -� w i UA E .6 g d ww uT Nu� Ituz PS co TBD Am F, w nap! os O C) v -a w Lu z z W. w Z S 2 U.1 m a M Elf a (D CL a. gm S. < W Ill - o '"Nul N W ON <1 gR�-.2�] NO 31� > 0 LU Rl 13 U) —'53AV 03 LU (L a- 'T 0 z-Ed gi m 10 8o- 0 5 z M� Z 90— > .......... zJ U.] 17 0 R "k H o o 5 "K 3AV 91 8 IL cr LU Tj LQL, En r) m x U CL U L dvyv23 1,10 as 9-1 [L ZU 1.` 1 9, it l nj LU 2:9 z -0 > co % 4T ok UL 0 Eli 1% % Z - LU z z W oo 00 < 3 U)�5 (0 �,4 1 1 —0— ....... w d W N m J U g tt, W-D Q> w z o z 0 m az o u N u > w Q H q 5 ILI WUi cn N 6\ \U J z a= 1 - U W ! a �t C z S r77 7 aq t „x >� - I � I � N _ LI I-5 S8 z ti b tZ ®LC9 OFF—RAMP 3 t 10�0 1e o o a CD w tt I m W �O w N w ¢� w� w r LL �oowz zaaV 'Soy, om�raw w 0� Z E 9 SF 9 z V w i C way of zmA�z� o o� amo x o z J p z ffi b N� N za -� L c w N a a q _ �a � 2Sll 133HS 33S 3NI3HOlVW ¢ io NORTHEAST I CHANGE ORDER PROPOSAL NE COP# 20.1 REV# 1 DATE: 5/23/2022 PROJECT: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMP OWNER: CITY of FEDERAL WAY PRIME: NORTHEAST ELECTRIC, LLC WORK DESCRIPTION: PSE Extra work ITS 42 LABOR HOURS RATE Labor DESCRIPTION REGULAR OVERTIME REGULAR OVERTIME Subtotal ELECTRICIAN 0.00 0.00 $ 85.82 $ 128.73 $ ELECTRICIAN ATTP-6 0.00 0.00 $ 74.76 $ 112.15 $ GENERAL LABOR 0.00 0.00 $ 56.66 $ 84.99 $ TCS 0.00 0.00 $ 51.46 $ 77.19 $ FLAGGER 0.00 0.00 $ 48.19 $ 72.29 $ BORE OPERATOR 0.00 0.00 $ 75.99 $ 113.98 $ BORE LOCATOR 1 0.00 0.00 1 $ 75.41 $ 113.11 $ EQUIPMENT HOURS RATE Equipment DESCRIPTION REGULAR STANDBY REGULAR Subtotal 2.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ EQUIPMENT TOTAL SHEET 2 $ MATERIAL&RENTALS Material DESCRIPTION QUANTITY UOM UNIT COST Subtotal 3/0 Copper 150.00 LF $ 4.68 $ 702.00 4/0 URD 155.00 LF $ (3.00) $ (465.00) MATERIAL TOTAL SHEET 2 $ - $ 237.00 SUBCONTRACTORS Subcontractor DESCRIPTION QUANTITY UOM UNIT COST Subtotal 0.00 LS $ - $ LABOR M/UP 29% $ - LABOR TOTAL $ EQUIPMENT M/UP 21% $ - EQUIPMENT TOTAL $ - MATERIAL M/UP 21% $ 49.77 MATERIAL TOTAL $ 286.77 SUBCONTRACTOR M/UP 12% $ - SUBCONTRACTOR TOTAL $ GRAND TOTAL $ 286.77 NOTES: WE RESERVE our RIGHT to REQUEST CONTRACT TIME EXTENSION and to CORRECT this COP for ERRORS and OMISSIONS WE WILL SUPPLY and INSTALL ALL LABOR,EQUIPMENT and MATERIALS WITHIN this COP per OWNERS INSTRUCTIONS THIS COP PRICE is GOOD for ACCEPTANCE WITHIN 30 DAYS FROM DATE of RECEIPT by OWNER EQUIPMENT HOURS RATE EQUIPMENT DESCRIPTION REGULAR STANDBY REGULAR SUBTOTAL 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ SHEET 2 EQUIPMENT TOTALS 0.00 0.00 $ - MATERIAL QTY UOM UNIT COST AMOUNT 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ SHEET 2 MATERIAL TOTALS $ - 0 ' C ll 1 E �15 � ji o o 0 a Z 0 Z Q 0 Z Cf Z co w 0 L) co Z Uzi P00000C C 10 18 .0 C 0 > C, ll cc V 0 0 0 a 0 Z Nt cc rA re > Z Z 0 Z W Z o LD 2 M D m u ca t lu u Z 0 rL 0 0 Z I'M w 0 CC w a j "6 a co ID -N lu- Z Ix '1 0 0 cr Z Z 0 tOit J > 0 u - co u q 1 m a 0 w 0 .U a 0:)- Z Z m 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - - - - - - - - - -- - - - - - - - - - -- - - - -- - - - - - - - O 0 0 0 a a 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q cr cr m 0 cc 0 c 0 c, 0 0 0 0 0 a . . . . 0 0 0 C� 00 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 0 0 Z w z 2 CL CC j u m 0 v < 14 r vi o o a ai Q i/} ih VT to t/} VT V! VT th N +lT +lT V} t/? V? VF VT VT Vf v1 V' V}iA V?V} ih V} VT — — — — — to — — — — — iM1 O O O Q r O O O O Q Q N N ti 0 r Q z � - - - - - - - - - - - - yr - - — — — — — - - - - - ---. O Z Z w x � o 0 0 o 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 0 0 o 0 0 0 0 C N � rJ ri d 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 0 0 0 0 0 0 Q _j Q c @ o0 G .n v c > o a v o :� 105097840 4,K-H ca 0 HPIPat c Ld IN' 20 I w 0 I f 1- U3 Z C) Lu F HN EE 0 E co q H., ID 0 w IL L) 5 z 231 z V, Z Z wsEC) >1 1z 15 L6 o RH 8,5 5 0 Wm 0 Wo LU T Lu 8 L CL 0 z to0 az� u '' 0 3 f, I z b w 0 co i4 w a 14 W q rER to Wi OR C) w 0 EL tu 1p. LBD u M 'A a. K 0 >:P b Who w cc w qp 13 E O. iz Z' t'�z d-1.4 ps ;7-- 0 'Z� -Z 6.u". rc t w 2 �!j ti t— g! 0 zq on A� f w H -W 2 wz- 0 > Z A 71 o W. > 0 lo � s3os,s W< 0" LL zj CL L11 15f C'L EL f i 5 < A�E b w X F-W LU C) rc x it CL a_ C) -W w a ?R z > U�' LLI Z coo > w! LLJ Cf�g P s F cr > w. w 29 o� p 4 Y L 0 H w Iq LU z Z� ca z <b ww w 8 U) `I z o d o s x w ors K Z� F� Uj CD a z o 5 w 5 > w oa a o w cn o rw 4 - a 1 o W a a o x � W w x 0 z w n \� ii - n z " W � z o =p a a d a�w m � p o % � a ti a as � z 3 a a V V) g E a � � 1 W ¢¢ w w v w tt w x - w 4$ �U O ~ w z > N m N N 0 7 D c 0. 0 00 o�000z a c3oo o 0 o� c� w w� z <� ;� LL �C ti 1 `ter•„ - �g�{$$ Hill �_ Z1B s61 O R All UM za w O \ m X�g W ' i�^• � �� � pps � o w zwii zQ'3moo � mW " C _ w o" am}o�?a� � � J� is •. N ii oa ooa��� W o rc m i g > , > N tp w oam �a m m m a1II a s J o omo NM1n¢_3C \`i-0.6�1 I U m N4W 7-71 a�� O NORTHEAST c��CTRIC, I CHANGE ORDER PROPOSAL NE COP# 21.1 REV# 1 DATE: 5/23/2022 PROJECT: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMP OWNER: CITY of FEDERAL WAY PRIME: NORTHEAST ELECTRIC, LLC WORK DESCRIPTION: ITS 43 Extra PSE work LABOR HOURS RATE Labor DESCRIPTION REGULAR OVERTIME REGULAR OVERTIME Subtotal ELECTRICIAN 0.00 0.00 $ 85.82 $ 128.73 $ ELECTRICIAN ATTP-6 0.00 0.00 $ 74.76 $ 112.15 $ GENERAL LABOR 0.00 0.00 $ 56.66 $ 84.99 $ TCS 0.00 0.00 $ 51.46 $ 77.19 $ FLAGGER 0.00 0.00 $ 48.19 $ 72.29 $ BORE OPERATOR 0.00 0.00 $ 75.99 $ 113.98 $ BORE LOCATOR 1 0.00 0.00 1 $ 75.41 $ 113.11 $ EQUIPMENT HOURS RATE Equipment DESCRIPTION REGULAR STANDBY REGULAR Subtotal 2.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ EQUIPMENT TOTAL SHEET 2 $ MATERIAL&RENTALS Material DESCRIPTION QUANTITY UOM UNIT COST Subtotal 3/0 coppper 75.00 LF $ 4.68 $ 351.00 4/0 tri plex URD 25.00 LF $ (3.00) $ (75.00) MATERIAL TOTAL SHEET 2 $ - $ 276.00 SUBCONTRACTORS Subcontractor DESCRIPTION QUANTITY UOM UNIT COST Subtotal 0.00 LS $ - $ LABOR M/UP 29% $ - LABOR TOTAL $ EQUIPMENT M/UP 21% $ - EQUIPMENT TOTAL $ - MATERIAL M/UP 21% $ 57.96 MATERIAL TOTAL $ 333.96 SUBCONTRACTOR M/UP 12% $ - SUBCONTRACTOR TOTAL $ GRAND TOTAL $ 333.96 NOTES: WE RESERVE our RIGHT to REQUEST CONTRACT TIME EXTENSION and to CORRECT this COP for ERRORS and OMISSIONS WE WILL SUPPLY and INSTALL ALL LABOR,EQUIPMENT and MATERIALS WITHIN this COP per OWNERS INSTRUCTIONS THIS COP PRICE is GOOD for ACCEPTANCE WITHIN 30 DAYS FROM DATE of RECEIPT by OWNER EQUIPMENT HOURS RATE EQUIPMENT DESCRIPTION REGULAR STANDBY REGULAR SUBTOTAL 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ SHEET 2 EQUIPMENT TOTALS 0.00 0.00 $ - MATERIAL QTY UOM UNIT COST AMOUNT 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ SHEET 2 MATERIAL TOTALS $ - cr in ,up Val m ul CC CL W ¢ o z o z cr LU w LU 0 0 to .1 n �2 VI 14 of 16 > O CC L - K ilk Vt ilk ill 11111 _j 0. �Z- 0 0 0 cc 6 tp 6 iD l0 c 0 N V) z (D 0 Z < r u Z Z CL 0 C4 a cc z ad 0 u u x u u 0 W Q 0 0 z t2 0 E 0 Q w �d co u < 0< cr z z z w 0 < < < co w Ur o U ll 0 z z 0. 0 CL (D . . . . . . . . . . . . . . . . . . . . . ai O - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - 0 0 0 o c o c c c o O o o o o o o o o o c a O o o o o o o o a a -j 4 at LU ui R, �97711 Oil iii I I I I Lujgp O?r. L 0 wo �nn LU az 13 > Z 0 — LU < z Ai. Lu 1-01 z uj E 0 & I M Sig: �l 6o A A W IJ m z --�'5.-gy R soots j < z p-t o M,--g 0 t E 0 z z LU 99 an z -lz w 2 3. a. LU t= >- r� 2 g o 0 62 in zll s > ca z. z� < w z 0 L)I z soon o A Nlo z ')- moo w O T.- T w Z U) P.H.H. t ak w E < Lli U 0 zo LU Z'5 7- ff < t5 C) z,0 w w C) j";iE, LU L) to L,U 0 u� 14 EILI JE 00 ov R cR F- LLJ 0 -01 w n,� I A Wo .-6 \­t-q.!j,­\d..j\j....\.j.pdd-\9CGLLd\.-n\o d6L t UOZ'lZ L TBD 1 5 SA l w Q ig 0, IM N E i 60� I s, I I - i- H . I Up -U-Hl �n Is -2- H. w Z.- f is 2 0 u5 E Ma f @ ❑ p, w -1 ID �N- za �i3 C, w L z asp 5 V E:� p g o E I d. R qo 6.8 0 s7 z a Ica < O V'. < z C) to ui < IL ............. 0 z (D 4 z en < co 0 S E s > QFo t Dc lo I.5 ts 2 0 �.7 Ld > o Ea Ls JQ ati > COL 09 @,,, 3 C, tu Ct �p ua X UJZ (D U)o Ll < d �zz b z C) w 6 u- T 3: w z Z +1 0' of E < s IL 00 Q E 0 co cyli c! co C5 .91AEG C) < z < wow > ui0< LO Lu w 1 0 M C'J Z Lu < LLJ 0'. 2 F- w 6_ A z " p z a N w w d— J W 3 w� o 0 Jf }) w � � w° IIJJ J ) fQ a W ��yp�gg�$ W � ¢ liel� 4 �a z - Fq- Ll W o w 61l — 7 N w�" PAR ,x d ....a... u d z�c"1111V Q g — LP �. 3 Od- o awe �o< o�oo a� a w�r4�ao o,aw �o zxz 0 p oiQ�x o=4%z;F N i awe o& 5 wox�o zo ?gyp_ v 8 _ _ Ep 623 tit,° QVz o rw s24. B;B o o I5o - mo v i r o o w xx« � � o I— z z� z'" G z- G so zm zo o w3 x m < i ai -Nn ._< o _ � o� � o Q , J o 0 0 © o 00 0 oozo m ' 4> NORTHEAST c��CTRIC, I CHANGE ORDER PROPOSAL NE COP# 17.1 REV# 1 DATE: 5/23/2022 PROJECT: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMP OWNER: CITY of FEDERAL WAY PRIME: NORTHEAST ELECTRIC, LLC WORK DESCRIPTION: Extra work ITS 2 LABOR HOURS RATE Labor DESCRIPTION REGULAR OVERTIME REGULAR OVERTIME Subtotal ELECTRICIAN 1.00 0.00 $ 85.82 $ 128.73 $ 85.82 ELECTRICIAN ATTP-6 0.00 0.00 $ 74.76 $ 112.15 $ - GENERAL LABOR 0.00 0.00 $ 56.66 $ 84.99 $ TCS 0.00 0.00 $ 51.46 $ 77.19 $ FLAGGER 0.00 0.00 $ 48.19 $ 72.29 $ BORE OPERATOR 0.00 0.00 $ 75.99 $ 113.98 $ BORE LOCATOR 1 0.00 0.00 1 $ 75.41 $ 113.11 $ - $ 85.82 EQUIPMENT HOURS RATE Equipment DESCRIPTION REGULAR STANDBY REGULAR Subtotal 2.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ EQUIPMENT TOTAL SHEET 2 $ MATERIAL&RENTALS Material DESCRIPTION QUANTITY UOM UNIT COST Subtotal 3/0 Copper 150.00 LF $ 4.68 $ 702.00 4/0 URD triplex -40.00 LF $ 3.00 $ (120.00) MATERIAL TOTAL SHEET 2 $ - $ 582.00 SUBCONTRACTORS Subcontractor DESCRIPTION QUANTITY UOM UNIT COST Subtotal 0.00 LS $ - $ LABOR M/UP 29% $ 24.89 LABOR TOTAL $ 110.71 EQUIPMENT M/UP 21% $ - EQUIPMENT TOTAL $ - MATERIAL M/UP 21% $ 122.22 MATERIAL TOTAL $ 704.22 SUBCONTRACTOR M/UP 12% $ - SUBCONTRACTOR TOTAL $ GRAND TOTAL $ 814.93 NOTES: WE RESERVE our RIGHT to REQUEST CONTRACT TIME EXTENSION and to CORRECT this COP for ERRORS and OMISSIONS WE WILL SUPPLY and INSTALL ALL LABOR,EQUIPMENT and MATERIALS WITHIN this COP per OWNERS INSTRUCTIONS THIS COP PRICE is GOOD for ACCEPTANCE WITHIN 30 DAYS FROM DATE of RECEIPT by OWNER EQUIPMENT HOURS RATE EQUIPMENT DESCRIPTION REGULAR STANDBY REGULAR SUBTOTAL 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ 0.00 0.00 $ SHEET 2 EQUIPMENT TOTALS 0.00 0.00 $ - MATERIAL QTY UOM UNIT COST AMOUNT 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ 0.0 LS $ $ SHEET 2 MATERIAL TOTALS $ - a n a a o N o N M N n tD tD m C C eel C 7 � m � 3 N m a m m rn M M rn 0 m m w ¢ 7 0 Q p m O a x a W a N M N l0 N F N l0 W I� n K � Q O m ¢ H O ~ VT VT VT VT VT VT VT VT VT VT oNo a n Lo� a m a a N o N eel a tD N N N eel 00 N 00 1' Q w � Q H Q ~ V! V! V! V! V! V! V! V! V! V! ~ M N Iq Iq a a Q Z w OJ a � � Z O O O O O O O O O O N N N N N N N N N N Q p �O M Vt a V1 N Vt M M Vt V Q ¢ F V N N N N N N N N N N N N M o0 N N N O N N Ot a O N O I-O I� l0 n O W W W l0 M I� Q Q I� M l0 N l0 l0 l0 a a N N w Q m m N N N N N N N N N N ¢ V K a = K F w N Z ~ m V? VT VT VT VT VT VT VT VT VT W Z w m m v m z 0 Q O m x Lo z Lq cq Lq N m a o o N 3 n m Lo o Lo Lo Lo a a Lo z ma h h h h h h h h h h O z m O a O U J � z _ m � x � � O O Q 2 < < m ¢ O m ¢ ¢ ¢ O V J z z z Q w < O ¢ ¢ ¢ w V w w m m O O V l7 H m m H m �n m h m h rn W o is O h o 4 W Oi OJ 01 ri G �p d- t11 N N J � O ICJ N 00 6 h "O M 01 et M ` y to N Ili E Q M l0 N O •-i h Of � �}' VI rl *i G C~1 O'M C N V=1 J 1�Lm W � cn N ti vs i1} V} VL U} +A t/T tR i!S th th VT [A N ih VF +n v) vs y tIf F �^� W n ti m ti ry rn dN, m m N O o o 0 a 0 r H o f z ❑ a > ga W N z a z Qz � 0z p co g a at W ` ` 'g W h vt to d' h h ❑ 0 0 0 4 C w LL ~ m W m Z � r ci co ti a = � j J vpi W QcLW t? +n VF V} UT t!} th G v O N C i/Y ih ih ih U 7 Z o S c U w ❑ a � u J w g o 0 0 o o v � 00000 E 7A J z 2 X W Q F W Q m N N N N N N N N eel v z y w z z O z a a a a as Q ZO w 0 N �^ p O 2 �. •0,,ti �_�J ❑ w F t 4� a 0 0 �y a a s W O I�I' Q ° a a z a X a x ��+ z v o z a o O_ W cd p O n v cL u ac y p 0 to � K �- z r JI'' C O O a W ❑ W r F O m ❑ IY ^ p Y m a u Q y p Q h o u u z ccg u ¢ o C 0 0 ❑ y cr z w 3 d ¢ ¢ w OW at otoN 0 w r m o 00 � � W O z w w w o .-i o ❑ O w 0 o N h = z Z a 0 a w F ,� m m a x iv fv 0 0 0 0 0 0 0 0 0 Iq 10 6 z n 0 - - - - - - - - - - - --- - - -- - - - - - - - - -- - - --- --- - - - --1- - - - -- - - - - ------ - - - - - - - - -I -Iin -- nn z El LU u > L_25097 - - a I§Ili I I 8 1€B. o R 84O F- LU HOW'. Igm KIM im > LU 0 z v 4 a of N u"OU U H b 5EUM - ,,5 g-.L' 'I I z % �-,��--I z, z e. Lu -'NU" 2 It, , .,E I V,-.(9 & N 1 M Lu 0 R A lee g 1_ m o 9 �T 22 d, o o S 3 9 Y 8 IIHIII I 12; w m oz t. wy g uj Lu A5 n '-j 2 m > > QAIno8 Nt&OAI pa, pis gg Y, S-, Ed '-I IS. 18. z1- I" az" tvnoa PR I z-' g !,t I 0 2� z� 61� a w 5 5 55 Cwoz 0 '1. »rc 0 HE W.9 <e Y 1 S� - < -E E�I-, 0 HE H od Ves a I F a * Q) s�� � f E 1b, a - A g R -5—SB—oNRAMP Q w z w 51. fq LLo� W Li Q m cn Er o s w D Cl A C r. za_ 3n o�w _o - �^ owwIW— o � RP Em �w o w m r U zNBN w- p da�� 3NG� _� K8 �!. �� w $S _ m 'a3 - x= o2 Ucn b 41 AZI tr w w N o Ili 29 II w w � ws z a 8 @ a z I s >, ME LL z rr 22 , � o0 1\ � } } § \ \\\ \ / \\ /\ cn Li \ _ , <y g a : ay \ ; 77 - . E } { � \ \ }) 5 ! y ( ` a: Q \ \ a} \ ® F } \ - O j , , _ _ $ -� §� ) \\ ol�\\ z ) I TBD 5 < z uwi L z 0 Zo d sp'E� LLJ .. .. < z z N uj ff" LLJ 9 E w 58 E 4'i E ' t w zi w, z z 4 0 '-w W o .. 03 z�wa Gw�F U) IM z 1�6 :7 F5 B 'o ci L LU. >< C) ucl~ ck: 0. 1. CL:� W zj WZ co L'Q In —N CMN 15- 1+1 SR' " x T F- 6d) E A 0 N ISI C:) < Lo m C) 0 cr.g < E CIJ SB ON RAMP � ----------- 0 U')M 04 < Ad W;; U); 0- 1 w W 4 mw C) W. DATE jMM/DDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 12/09/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME, Parker,Smith&Feek,LLC. PHONE 425-709-3600�... FAX 425-709-7460 2233 112th Avenue NE �� E:tl La lc N" Bellevue,WA98004 � ;REssr _ INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:: American Family Home Insurance Company Northeast Down Electric, LLC INSURER C Na Berkley INsuRED w National Insurance Company � ...._ River Dr. vlqators Specialty Insurance Company Woodland,WA 98674 INSURER D: 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 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 . � Ad�SL"�' POLIC'YEFF POLYCI'EXP LTR OF INSURANCE POLICY NUMBER MMIDDIYYYY MIDDNYYY LIMITS A GENERAL LIABILITY 88A5GL000113601 04/07/2022 04/07/2023 EACH OCCURRENCE $ 2,000,000 DAMA4 E rmr i ENY'"'�� 1 000000 K COMMERCIAL GENERAL LIABILITY X PREWSE:S Ca o�airreneo $ „. , CLAIMS-MADE '.. K N OCCUR MED EXP(Any one person) $ 1,5,000 PERSONAL&ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 4,000,000 .. Electronic Data Liability $ 500,000 POLICY K JE Pi�CA. K LOC Y A 04/07/2022 04/07/2023 COMBIracci�EntslNGk.E I'..I'MIT „ ,000,000 AUTOMOBILE LIABILITY 88A5CA000083302 2 K ANY AUTO X BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PR4'IPEI11Y DAMAGE. $ HIRED AUTOS AUTOS Per 3c:clrJ'a�u0 _......-�....... $ B OCCUR 04/07/2022 04/07/2023 0 0,000 UMBRELLA LIAB )C MKC1110017201 EACHOCCURRENCE $ 3,00 K EXCESS LIAB CLAIMS-MADE X AGGREGATE $ 3,000,000 DED X RETENTIO N g 10,000 $ WC STATU- OTH- WORKERS COMPENSATION 88A5GL000113601 X I A AND EMPLOYERS'LIABILITY ....YIN 04/07/2022 04/07/2023 •••• T" -- �-�....-�••• ANM PROPRIFTOR(PARTNER)Ek,ECUTIVE "�WA Stop Gap/Employers E.L.EACH ACCIDENT $ 1,000,000 OFFICERWEMSEREatCLVDED N/A Liability _... .. .. (Mandatory In NH) E L.DISEASE-EA EMPLOYEE $ 1,000-000 mm If yes,describe under • --�•� - 1,000,000 DESCRIPTION OF OPERATIONS below E L.DISEASE-POLICY LIMIT $ C Pollution Liability MP22ECPZ0727TIC 11/24/2022 11/24/2023 $2,000,000 Each Claim/$2,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space is required) Project#202&216 Citywide Adaptive Signal Control System-Its Improvements City of Federal Way and King County and its officers,elected officials,employees,agents and volunteers,the consultant that completed the preparation of the engineering design and... (See Attached Description) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Federal Way 33325 8th Avenue South AUTHORIZED REPRESENTATIVE Federal Way,WA 98003 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD i,t a (I,1 1I1'1)0) DESCRIPTIONS (Continued from Page 1 ) project plans,and its officers,employees,agents,and subconsultants,and consultants hired by the contracting agency for design,construction support,or materials testing are additional insureds on the general liability,automobile,and excess liability policies per the attached endorsements/forms. Coverage is primary and non-contributory on the general liability,automobile,and excess liability policies per the attached endorsements/forms. 2 of 13 (half"Ilan) PO�J|CYNUMBER, 88A5GL000II360I COMMERCIAL GENERAL LIABILITY CG 201012 19 THUS ENDORSEMENT CHANGES THE POLICY. PLEASE READ 0[ CAREFULLY. ADDITIONAL INSURED — OWNERS LESSEES OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Information required to comialete this Schedule. if not shown above, will be shown in the Declarations. A. Section H — Who is An Insured is emended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional inaureda, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury^. "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury' "property damage"occurring after: caused, in whole mrin part, by: 1. All wmrk, including mateha|e, parts or 1 Your or or' ' equipment furnished in connection with such 2. The acts or omissions ofthose acting on your vvmrk, on the project (other than memioe, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2' That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extant permitted by other than another contractor mrsubcontractor law; and engaged in performing operations for m 2' If coverage provided to the additional insured is principal as a part of the same project. required by e contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG2O1Q12 19 K)Insurance Services Office, Inc., 2018 Page of C. With respect to the insurance afforded to these 2. Available under the applicable limits of it insureds, the following is added to insurance; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or I Page 2 of 2 0 Insurance Services Office, Inc.,2018 CG 20 10 12 19 p�Lh�� �NK��E�� 882\5G�OOOII3GOI COMMERCIAL GENERAL LIABILITY CG 203711218 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS LESSEES OR CONTRACTORS — COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of C le ed 0 rations Information re,q ire ,"''y d to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section |ll - VVho Is An Insured is amended to Q. With respect to the insurance afforded to these include asan additional insured the (o) or additional ineun*dy, the following is added to organization(s) shown in the Gohedu|e, but only Section UUK-LimKe Of Insurance: with respect to liability for ''bodily injury' or If coverage provided to the additional insured is "property damage" mauwed, in whole or in part, by required by -'oontnaoL or agreemen1, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount ofinsurance: performed for that additional insured and included 1 Required by contract or in the"pmdu�s-comp|�ed operations hazard". ' ' However: 2, Available under the applicable limits of � 1. The insurance afforded to such additional ono| insured only applies to the extent permitted by whichever is less. |ovv'. and This endorsement shall not increase the 2. If coverage provided to the additional insured is applicable limits of insurance. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG20 3712i9 @ Insurance Services Office, |no, 2Oi0 Page 1of1 POUC)( �'flflAM::.R�! 83M(111,00011:16 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE .......................................................... Designated Construction Project(s): All projects [Information required tocomplete this Schedule, if not shown above,will be shown in the Declarations. ................................................ ... ................ -....................................... A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by "occur- damages or under Coverage C for medical rences" under Section I—Coverage A, and for all expenses shall reduce the Designated Con- medical expenses caused by accidents under struction Project General Aggregate Limit for Section I — Coverage C, which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregate Limit shown in the Declarations nor above: shall they reduce any other Designated Con- 1. A separate Designated Construction Project struction Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project ignated construction project, and that limit is shown in the Schedule above. equal to the amount of the General Aggregate 4. The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- General Aggregate Limit shown in the Decla- cept damages because of "bodily injury" or rations, such limits will be subject to the appli- "property damage" included in the "products- cable Designated Construction Project Gen- completed operations hazard", and for medi- eral Aggregate Limit. cal expenses under Coverage C regardless of the number of: a. Insureds; lb. Claims made or"suits"brought; or c. Persons or organizations making claims or bringing"suits". CG 25 03 05 09 Insurance Services Office, Inc., 2008 Page 1 of 2 B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by 'occur- "products-completed operations hazard" is pro- rences" under Section I—Coverage A, and for all vided, any payments for damages because of medical expenses caused by accidents under "bodily injury" or "property damage" included in Section I — Coverage C, which cannot be attrib- the "products-completed operations hazard" will uted only to ongoing operations at a single des- reduce the Products-completed Operations Ag- ignated construction project shown in the Sched- gregate Limit, and not reduce the General Ag- ule above: gregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized contract- Products-completed Operations Aggregate ing parties deviate from plans, blueprints, de- Limit, whichever is applicable; and signs, specifications or timetables,the project will 2. Such payments shall not reduce any Desig- still be deemed to be the same construction pro- nated Construction Project General Aggre- ject. gate Limit. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated Page 2 of 2 U Insurance Services Office, Inc., 2008 CG 25 03 05 09 ❑ COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - i OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of I POUCYMQM10ER: COMMERCIAL AUTO CA2O48iO13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ |lFCAREFULLY. DESIGNATED INSURED FOR COVER�������� ����� LIABILITY ��������� ED AUTOS���� ����� �_m�m~m���� This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies pemon(m) ororQenizmtion(e)who are"insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. SCHEDULE Name Of Peiirsoini(s)Or Orgarflzafioin(s)� Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule ie an ''inmunad''for Covered Autos Liability roge, but only tmthe extent that person or organization qualifies as an ^inmum*d" under the Who Is An Insured provision contained in Paragraph A.1. of Section U — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section | — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 @Insurance Services Office, Inc., 2011 Page 1 of I COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY C I Y - OTHER INSURANCECONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance B. The following is added to the Other Insurance Condition in the Business Auto Coverage Form Condition in the Auto Dealers Coverage Form and and the Other Insurance —Primary And Excess supersedes any provision to the contrary: Insurance Provisions in the Motor Carrier This Coverage Form's Covered Autos Liability Coverage Form and supersedes any provision to Coverage and General Liability Coverages are the contrary: primary to and will not seek contribution from any This Coverage Form's Covered Autos Liability other insurance available to an "insured" under Coverage is primary to and will not seek your policy provided that: contribution from any other insurance available to 1. Such"insured"is a Named Insured under such an"insured"under your policy provided that: other insurance;and 1. Such "insured" is a Named Insured under such 2. You have agreed in writing in a contract or other insurance; and agreement that this insurance would be 2. You have agreed in writing in a contract or primary and would not seek contribution from agreement that this insurance would be any other insurance available to such primary and would not seek contribution from "insured". any other insurance available to such "insured". CA 04 49 11116 ©Insurance Services Office, Inc., 2016 Page 1 of 1 (d) Cooperate with us with respect to (5) A trust, you are an insured. Your trustees coordinating other appllcable insurance are also insureds, but only with respect to available to the indemnitee;and their duties as trustees. (2) Provides us with written authorization to: b. Each of the following is also an insured: (a) Obtain records and other information (1) Your "volunteer workers" only while related to the"suit";and performing duties related to the conduct of (b) Conduct and control the defense of the your business, or your "employees"% other indemnitee in such"suit". than either your "executive officers" (if you are an organization other than a So long as the above conditions are met, partnership, joint venture or limited liability attorneys' fees incurred by us in the defense of company) or your managers (if you are a that indemnitee, necessary litigation expenses limited liability company), but only for acts incurred by us and necessary litigation expenses within the scope of their employment by you incurred by the indemnitee at our request will be or while performing duties related to the paid as Supplementary Payments, conduct of your business. However, none of Notwithstanding the provisions of Paragraph these "employees" or "volunteer workers" 2.b.(2) of Section I — Coverage A — Bodily Injury are Insureds for: And Property Damage Liability, such payments wlll not be deemed to be damages for "bodily injury" (a) "Bodily injury" or "personal and advertising injury and "property damage" and will not reduce the limits of insurance. (D To you,to your partners or members Our obligation to defend an insured's indemnitee (if you are a partnership or joint and to pay for attorneys' fees and necessary venture),to your members(if you are litigation expenses as Supplementary Payments a limited liability company), to a co- ends when we have used up the applicable limit of employee' in the course of his or her employment or performing duties insurance in the payment of judgments or settlements or the conditions set forth above, or related to the Conduct of your business or to your other "volunteer the terms of the agreement described in ,,,,, Paragrapr ,lMahraae ��+re o .�oOgel^ae1 workers while performing duties related to the conduct of your SECTION II—WHO IS AN INSURED business; 1. Except for liability arising out of the ownership, (d) To the spouse, child, parent, brother maintenance or use of"covered autos or sister of that co"employee" or a. If you Ware designated in the Declarations as: "volunteer worker'as a consequence (1) An individual, you and your spouse are of Paragraph(a)(i)above;or insureds, but only with respect to the (iii) For which there is any obligation to conduct of a business of which you are the share damages with or repay sole owner. someone else who must pay (2) A partnership or joint venture, you are an damages because of the injury insured. Your members, your partners, and described in Paragraph (a)(t) or (11) their spouses are also insureds, but only above. with respect to the conduct of your (b) Property damage"to property. business. (i) Owned, occupied or used by; (3) A limited liability company, you are an (ii) Rented to, in the care, custody or insured. Your members are also insureds, control of, or over which physical but only with respect to the conduct of your control is being exercised for any business. Your managers are insureds, but purpose by; only with respect to their duties as your you, any of your"employees", "volunteer managers. workers", any partner or member (if you (4) An organization other than a partnership, are a partnership or joint venture), or joint venture or limited liability company, any member(if you are a limited liability you are an insured_ Your "executive company). officers"and directors are insureds, but only (2) Any person (other than your "employee" or With respect to their duties as your officers "volunteer worker'), or any organization or directors. Your stockholders are also while acting as your real estate manager insureds, but only with respect to their liability as stockholders. Page 10 of 18 0 Insurance Services Office.Inc..2012 CU 00 0104 13 (3) Any person or organization having proper (4) Anyone other than your "employees", temporary custody of your property if you partners (if you are a partnership), die, but only; members (if you are a limited liability (a) With respect to liability arising out of the company), or a lessee or borrower or any of maintenance or use of that property; their"employees", while moving property to and or from a"covered auto". (b) Until your legal representative has been (5) A partner (If you are a partnership), or a appointed. member (if you are a limited liability (4) Your legal representative if you die, but only company) for a "covered auto" owned by with respect to duties as such. That him or her or a member of his or her representative will have all your rights and household, duties under this Coverage Part. (6) "Employees" with respect to "bodily injury" c. Any organization you newly acquire or form, to: other than a partnership,joint venture or limited (a) Any fellow "employee" of the insured liability company, and over which you maintain arising out of and in the course of the ownership or majority interest, will qualify as a fellow "employee's" employment or Named Insured' if there is no other similar while performing duties related to the insurance available to that organization, conduct of your business;or However: (b) The spouse, child, parent, brother or (1) Coverage under this provision is afforded sister of that fellow "employee" as a only until the 90th day after you acquire or consequence of Paragraph(a)above. form the organization or the end of the c. Anyone liable for the conduct of an insured policy period,whichever is earlier; described,above is also an insured, but only to (2) Coverage A does not apply to"bodily injury" the extent of that Ifabf lIty or "property damage" that occurred before 3. Any additional insured under any policy of you acquired or formed the organization; "underlying insurance" will automatically be an and insured under this insurance. (3) Coverage B does not apply to "personal Subject to Section III — Limits Of Insurance, if and advertising injury" arising out of an coverage provided to the additional insured Is offense committed before you acquired or required by a contract or agreement, the most we formed the organization. will pay on behalf of the additional insured is the 2. Only with respect to liability arising out of the amount of insurance: ownership, maintenance or use of "covered a. Required by the contract or agreement, less autos": any amounts payable by any "underlying a. You are an insured. insurance";or b. Anyone else while using with your permission a b. Available under the applicable Limits of "covered auto"you own, hire or barrow is also Insurance shown in the Declarations; an insured except: whichever is less. (1) The owner or anyone else from whom you Additional insured coverage provided by this hire or borrow a "covered auto" This insurance will not be broader than coverage exception does not apply if the "covered y y g auto" is a trailer or semitrailer connected'to No person or organization is an insure with respect rovided& the undert pn lnsurrNc a"covered auto you own. d res ec to the conduct of any current or;past partnership„joint (2) Your "employee" if the "covered auto" is venture or limited liability company that is not shown owned by that "employee" or a member of as a Named Insured in the Declarations_ his or her household. (3) Someone using a "covered auto" while he or she is working in a business of selling, servicing, repairing, parking or storing "autos"unless that business is yours. CU 00 01 0413 ©Insurance Services Office,Inc_, 2012 Page 11 of 18 COMMERCIAL LIABILITY UMBRELLA CU 84 24 11 18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NOWCONTRIBUTORY ENDORSEMENT This Endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART SCHEDULE Name of Desi nated Additional Insured Persons ommr �.............�.. ee.._e...e.. g r Oganization(s). As required by written contract formaton required to completeathis Schedule, if not shown, will be shown in the Declaration. n i m _ — _. . .. Paragraph 5.Other Insurance of Section IV-Conditions is deleted and replaced by the following: 5. Other Insurance a. This insurance is excess over, and shall not contribute with any of the other insurance, whether primary, excess, contingent or on any other basis. However: (1) This condition will not apply to other insurance specifically written as excess over this Coverage Part. (2) The insurance provided under this Coverage Part will be on a primary basis and will not seek contribution from any other insurance available to an additional insured, provided that: (a) The additional insured is a Named Insured under such other insurance; (b) The additional insured is specifically listed in the Schedule above and for whom coverage is provided in this policy under Paragraph 3. of Section II -Who Is An Insured; (c) You have agreed in writing in a contract or agreement with such designated additional insured listed in the Schedule to provide additional insured coverage on a primary and noncontributory basis; and (d) Only if the applicable"underlying insurance"also provides such coverage and on a primary and noncontributory basis specifically for such designated additional insured listed in the Schedule, and only once the applicable limits of"underlying insurance" have been exhausted in the payment of judgments, settlements and other expenses as applicable. Subject to Section III- Limits Of Insurance,the most we will pay on behalf of such additional insured is the amount of insurance required by the contract or agreement for the coverage afforded under this policy, or the available Limits of Insurance afforded under this policy that are applicable,whichever is less. When this insurance is excess, we will have no duty to defend the insured or designated additional insured against any"suit"if any other insurer has a duty to defend the insured or designated additional insured against that"suit". If no other insurer defends,we may undertake to do so, but we.will be entitled to the insured's or designated additional insured's rights against all those other insurers. b. When this insurance is excess over the other insurance,we will pay only our share of the"ultimate net loss" that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of the insurance provided under this Coverage Part; and (2) The total of all deductible and self-insured amounts under all that other insurance. CU 84 24 11 18 Includes material copyrighted by Insurance Services Page 1 of 1 Office, Inc.,with its permission TURN TO: PW ADMIN ExT: 2700 ID#: 3962 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/Div: PUBLIC WORKS/Capital Engineering 2. ORIGINATING STAFF PE 2SON: mm . EXT: 29 27 8/30/21 Naveen Chandra 3. DATE REQ.BY:�m,,,,, 3. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT PROFESSIONAL SERVICE AGREEMENT 0 MAINTENANCE AGREEMENT GOODS AND SERVICE AGREEMENT HUMAN SERVICES/CDG AL ESTATE DOCUMENT SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ORDINANCE SOLUTION CONTRACT AMENDMENT(AG#): 1 - INTERLOCAL OTHER 4. PROJECTNAME:_C tywi e Adaptive Signal control S stem-ITS IMP-PH 1, 2 and Ph 3 (Change Order_ 5. NAME OF CONTRACTOW Northeast Electric,ADDRESS: 1780 Downriver Drive., Woodland WA 98674 -7 04 I"EI,#'.I=Iw���r� 360 22 E-MAIL:fro h .n Ilec.rIet FAX: �0 ._ SIGNATURE NAME:,Troy Halberg TITLE: Mania .e 6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE m ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. 12/31/ UBI#602482576 ,EXP._/_/_ 7. TERM: COMMENCEMENT DATE:.1/ /20 0 COMPLETION DATE: 120 Working Day (CO #4.... 16 8. TOTAL COMPENSATION„$,1 y797,417.79 (CO #4 = $67.286.73)yyyyy.. (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: 0 YES 13 NO IF YES,MAXIMUM DOLLAR AMOUNT: $, IS SALES TAX OWED: U YES ❑NO IF YES,5..,,. I I'll PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 306-4400-202-595-20-10&306-4400-216-595-20-110 I/DATE RE VtIiWED INITIAL/DATE APPROVED 9. DOCUMENT//CONTRACT VIEW I,M,I,T,9A,,,,,,, PROJECT MANAGER NUB 25-2 DIVISION MANAGER SLH WV2021 .w„„.„.i,i,,„i................................ .... ....... DEPUTY DIRECTOR DSW W21 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT VA 9/15/2021 ' 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: ................ COMMII-rEE APPROVAL DATE:� SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING I f 2-I l-1� 1 Z( ❑ SENT TO VENDOR/CONTRACTOR DATE SENT; i DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ 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 ❑ FINANCE DEPARTMENT OI,❑ SIGNATORY(MAN011t DIRECTOVµ '° ❑ CITY CLERK 1 1 I" ' ❑ ASSIGNED AG# A(a# k ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE„ „ORIGINALS 1/2.020 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 202&216 AG 19-237 04 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS—PHASE 1 & 2 AND PHASE 3 NORTHEAST ELECTRIC, LLC PROJECT TITLE _ CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1) Autoscope Camera and Connectors: Scope: The 2020-07-06 Video Detection Revisions provided additional information that 14 Autoscope Terra Video detection cameras were to be removed and relocated. However, Northeast Electric, LLC noted that they were missing one, which needed to be added as part of the project. Northeast Electric, LLC had also already installed the camera cabling for 12 of these 14 locations; these previously installed cables include a different connector that is not compatible with the Terra cameras. As such, new cord ends were needed to be re-spliced to these existing cables This change order adds the work as described above for the project. An oral order via email was given on February 8, 2021. Measurement and Payment: Schedule"A"-New Bid Item A 36"Autoscope Camera and Connectors" Lump Sum is created. Measurement and Payment for Schedule "A"-New Bid Item 36 will be paid at a unit rate of $13,218.25 Lump Sum. Time Statement: Two (2)working days will be added to the contract due to this work being on the critical path. 2) Non-Standard Mounting Brackets Scope: Two non-standard mounting brackets were needed to accommodate their unique mounting situations at the intersections of: a) Enchanted PKWY S (SR 161) & SR 18 WB (ITS 42) b) Enchanted PKWY S (SR 161) & Milton RD S (ITS 43). This change order adds the work as described above for the project. An oral order via email was given on February 17, 2021. Measurement and Payment: Schedule"A"-New Bid Item A 37"Non-Standard Mounting Brackets" Lump Sum is created. Measurement and Payment for Schedule "A"-New Bid Item 37 will be paid at a unit rate of $2,276.92 Lump Sum. Time Statement: One(1)working day will be added to the contract due to this work being on the critical path. CITYWIDE ADAPTIVE SIGNAL CONTROL CHANGE ORDER#4 SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1&2 AND PHASE 3 AUGUST 2021 PROJECT#202 AND 216 3) Puget Sound Energy (PSE) Power Service Scope: The as-bid project plans and specifications did not include any details for trenching of conduit, work pits for vaults, directional drilling etc., to provide new PSE power service as shown on the attached plans at the intersections: a) S 320`h ST& 1-5 SB (ITS02) b) S 3201h ST& 1-5 NB (ITS04) c) SR 18 & 1-5 SB (ITS 41) d) Enchanted PKWY S (SR 161) & SR 18 WB (ITS 42) e) Enchanted PKWY S (SR 161) & Milton RD S (ITS 43). This work is required in order to energize the system as shown on the as-bid plans for the project. Therefore, this change order adds the work as noted above at the locations described above for the project. An oral order via email was given on June 10, 2021 and July 16 2021. Measurement and Payment: Schedule "A"-New Bid Item A 38 "PSE Power Service at S 320`h ST & 1-5 SB (ITS02)" Lump Sum is created. Schedule"A"-New Bid Item A 39"PSE Power Service at S 3201h ST & 1-5 NB (ITS04)" Lump Sum is created. Schedule "A"-New Bid Item A 40 "PSE Power Service at SR 18 & 1-5 SB (ITS 41)" Lump Sum is created. Schedule "A"-New Bid Item A 41 "PSE Power Service at Enchanted PKWY S (SR 161) & SR 18 WB (ITS 42)" Lump Sum is created. Schedule "A"-New Bid Item A 42 "PSE Power Service at Enchanted PKWY S (SR 161) & Milton RD S (ITS 43)" Lump Sum is created. Measurement and Payment for Schedule "A"-New Bid Item A 38 will be paid at a unit rate of $5,111.72 Lump Sum. Measurement and Payment for Schedule "A"-New Bid Item A 39 will be paid at a unit rate of $23,911.67 Lump Sum. Measurement and Payment for Schedule "A"-New Bid Item A 40 will be paid at a unit rate of $23,202.16 Lump Sum. Measurement and Payment for Schedule "A"-New Bid Item A 41 will be paid at a unit rate of $4,623.69 Lump Sum. Measurement and Payment for Schedule "A"-New Bid Item A 42 will be paid at a unit rate of $4,942.32 Lump Sum. Time Statement: Twelve(12)working days will be added to the contract due to this work being on the critical path. 4) Delete Bid Item-A5: Property Restoration Scope: The existing property restoration bid item will not be used to complete the project. Therefore, the bid item will be deleted from the project. Measurement and Payment: Schedule"A"-New Bid Item A 43"Property Restoration-Credit," Forced Account is created Measurement and Payment for Schedule "A"-New Bid Item A 43 will be credited at a unit rate of $5,000.00 Forced Account Time Statement: No working days will be added/deleted to the contract due to this change. CITYWIDE ADAPTIVE SIGNAL CONTROL CHANGE ORDER#4 SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 AUGUST 2021 PROJECT#202 AND 216 5) Delete Bid Item-135: Property Restoration Scope: The existing property restoration bid item will not be used to complete the project. Therefore, the bid item will be deleted from the project. Measurement and Payment: Schedule"B"-New Bid Item B 26"Property Restoration-Credit," Forced Account is created Measurement and Payment for Schedule "A"-New Bid Item B 26 will be credited at a unit rate of $5,000.00 Forced Account Time Statement: No working days will be added/deleted to the contract due to this change. The time provided for completion in the Contract is ❑ Unchanged ® Increased by 15 Working Day(s) ❑ Decreased by_Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If"Yes"Will the Policies Be Extended? ❑ Yes ® No THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE. EA Bid Existing Change Change item# Description __g!y Qty Unit Unit Cost Item Total 36 Autosco a Camera and Connectors 0 1 LS $13,218.25 $13,218.25 P g t 92 37 PSE Standard Mounting Brackets 0 1 LS $2,276.92 $2,276ITITmm Power Service at S 320 ST& 1-5 SB 38 ITS02 0 1 LS $5,111.72 $5,111.72 ..... . ....._. ... PSE Power Service at S 320 ST& 1-5 NB 39 ITSO4 0 1 LS $23,911.67 $23,911.67 PSE Power Service at SR 18 & 1-5 SB (ITS 40 41) 0 1 LS $23,202.16 $23,202.16 PSE Power Service at Enchanted PKWY S (SR 161) & SR 18 WB 41 ITS 42 0 1 LS $4,623.69 $4,623.69 PSE Power Service at Enchanted PKWY S 42 SR 161 & Milton RD S ITS 43 " 1 0 1 LS $4,942.32 $4,942.32,1111, .ww 43 Pro ert Restoration-Credit 0 -1 FA $5000.00 ($5,0 00 001) , Sub Total PF I' II 02,286.73 I 1 1 Property Restoration-Credit 0 -1 FA $5,000.00 ($5,000.('0) Sub Total Ph III M000,2 1 I _1 1 TOTAL NET CONTRACT: $1,730,131.06 INCREASE$67,286.73 CITYWIDE ADAPTIVE SIGNAL CONTROL CHANGE ORDER#4 SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 AUGUST 2021 PROJECT#202 AND 216 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $1,650 a0100 PREVIOUS CHANGE ORDERS $7 .88t06 THIS CHANGE ORDER $57,28 .73 NEW CONTRACT AMOUNT $1,797,417,79 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. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. .1 CONTRACTOR'S SIGNATURE DATE /f/ 7 PUBLp AORKS DIRECTOR DATE CITYWIDE ADAPTIVE SIGNAL CONTROL CHANGE ORDER#4 SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 AUGUST 2021 PROJECT#202 AND 216 Sara Gilchrist From: Troy Halberg <troyh@nellc.net> Sent: Friday, September 24, 2021 9:21 AM To: Sara Gilchrist Subject: Re: Signature Authority [EX"I"ERNAL EIMA1111,,,, I1IIIII1 ] This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk at x2555. Yes he is approved as well. Thanks, Troy Halberg Office:360-225-7004 Cel l:360-931-3990 Fax:360-225-7001 NORTHEAST ELECTRIC LLC. On Fri,Sep 24, 2021 at 9:18 AM Sara Gilchrist<Sara.Gilchrist@cit off r i a y.corn>wrote: Thank you, Troy! It appears it was Mike Williamson that signed. Can you approve him for signing the amendments? From:Troy Halberg<troy nellc.net> Sent: Friday,September 24, 2021 6:52 AM To:Sara Gilchrist<Sara.Gilclirist@cityoffede ra Way.coc >� Subject: Re: Signature Authority T 11 IIU JIII,,,, HIS II IU IIII,,,, IU ° ',] This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution 1 i when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk at x2555. ............ Trevor Johnson and Keith Johnston have signature authority. Thanks, Troy Halberg Office:360-225-7004 Cell:360-931-3990 Fax:360-225-7001 NORTHEAST ELECTRIC LLC. On Thu,Sep 23, 2021 at 4:03 PM Sara Gilchrist<Sara.GilchtList@ScityoffederalwgycoM>wrote: Good afternoon Troy, We received the signed amendment in the mail. I'm working to process it, but I'm having trouble locating the signature authority documentation for the person that is signing the amendments. Would you mind sending that my way when you get the chance, so that I can include it with this amendment? 2 Thanks, Sara G Uc4--r L&f Administrative Assistant 11 M 00 Federal 'ooww"""& Public Works Department 33325 8th Ave S, Federal Way, WA 98003 Desk: (253) 835-2706 * Fax: (253) 835-2709 Sara cgHchristmc dtyoffederaMay.corn cityoffecleralway.com Follow us on Facelboolk! 3 RETURN TO; PW ADMIN EXT: 2700 ID#: 3812 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/Capital Engineering 2. ORIGINATING STAFF PERSON: Naveen Chandra EXT: 253-797-6ii 3. DATE REQ.BY: 10/15/2020 3. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#): 19-237 ❑ INTERLOCAL ❑ OTHER 4. PROJECT NAME:Citywide Adapt�yp ystem-ITS IMP-Phase 1, 2 and Phase 3 Change Ord-3 5. NAME OF C ON'rtutcTOR: Northeast Electric, LLC ADDRESS: 1780 Downriver Drive, Woodland, WA 98674 TELEPHONE:360-225-7004 -conn : tro h nellec.net _ FAX: SIGNATURENAME: Troy Halherg _ _ TITLE:Manager 6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL EXP.12/31/ UBI#602482576 ,EXP. / /_ 7. TERM: COMMENCEMENT DATE: 1/6/2020 COMPLETION DATE: 105 Working Dads CC#3-- 8. =8. TOTAL COMPENSATION:$$1,730,131.06 (S75;881.06 as CO # 3b (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: D YES D NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: D YES Cl NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT)OR ❑RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE TO: 306-4400-202-595-20-10&306-4400-216-595-20-110 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED A PROJECT MANAGER - ...� I DIVISION MANAGER SLH 10/9/2020 I DEPUTY DIRECTOR DSW 10/13/2020 6 DIRECTOR _•---= ❑ RISK MANAGEMENT (IF APPLICABLE) I LAW DEPT ER 10/14/2020 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: q o 1 % DATE REC,D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT k,SIGNATORY(MAYOR O DIRECTOR) lJy`ITY CLERK O © ASSIGNED AG 9 AG# ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE-2 "ORIGINALS 1lZd20 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 202&216 AG 19-237 03 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS—PHASE 1 &2 AND PHASE 3 NORTHEAST ELECTRIC, LLC PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1) Project Signs: Scope: The project did not include any project signs as part of bid for the project,which was realized after bids were opened for the project. It was decided to include two project signs to notify the public of the project. One project sign of size 4 feet high by 8 feet wide will be added to each of the Phase 1 & 2 and Phase 3 portions of the project, respectively. The project sign plan has been attached to this change order. An oral order via email was given on May 14,2020. Measurement and Payment: New Bid Items A 32 (Schedule "A") and B 24 (Schedule "B") "Project Sign," per each is created. The total quantity is one(1)for each bid item. Measurement and Payment for Bid Items A 32 (Schedule "A") and B 24 (Schedule "B") will be paid for at a unit rate of$1,076.74 per each for a total one(1)quantity for each bid item. Time Statement: No working days will be added to the contract due to this change. 2) Delete Bid Item-A30: Traffic Signal System, Complete-Enchanted PKWY S (SR 161) & 19' Way S Scope: WSDOT required a separated system for communications and electrical components at. the Enchanted Pkwy S (SR 161) & 191x' Way S to transfer the intersection ownership to the City. However, a reasonable solution to separate out electrical and communications system was not feasible. Therefore, Traffic Signal System, complete—Enchanted Pkwy S (SR 161)& 191h Way S has been deleted from the project. Measurement and Payment: Schedule "A"-New Bid Item A 33 "Traffic Signal System, Complete-Enchanted PKWY S (SR 161) & 19TH Way S-Credit," Lump Sum is created Measurement and Payment for Schedule "A"-New Bid Item A 33 will be credited at a unit rate of $40,971.00 Lump Sum. Time Statement: No working days will be added to the contract due to this change. CITYWIDE ADAPTIVE SIGNAL CONTROL CHANGE ORDER#3 SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1&2 AND PHASE 3 OCTOBER 2020 PROJECT#202 AND 216 3) Revision to WSDOT Intersections, Modifications to Video Detection Systems and Addition of the S 348th St(SR 18)& Enchanted Pkwy S (SR 161) intersection (ITS 34), and associated fiber optic communications between this intersection and the 1-5 SB&S 348th St(SR 18) intersection: Scope: Review comments were received from WSDOT after the project had been advertised and awarded.These comments were largely related to the need for physical separation between the electrical systems that will be owned by WSDOT and by the City of Federal Way.The revisions included as part of this change order include additional information being provided to clarify the work needed to provide physically separated electrical systems for both agencies.This includes revisions to wiring/circuitry, conduit systems, luminaires, and electrical services. The City currently operates video detection systems from several different vendors that span multiple product generations. As such, a video detection camera from one vendor/generation may not be compatible with a video detection camera from another vendor/generation. The revisions included as part of this change order include additional information being provided to clarify which video detection system is to be installed at each intersection. This includes relocations of existing video detection cameras, as well as installations of new video detection cameras. The S 348th St(SR 18)& Enchanted Pkwy S (SR 161)intersection was previously included as a bid additive that was not selected. This intersection was also part of the City's Variable Lane Use Control project, which had been intended to include the communications and detection improvements needed for adaptive signal control. However, the implementation of variable lane use control at this intersection was not approved by WSDOT and as a result, removed from that project. As such,the communications(between the S 348th St(SR 18)&Enchanted Pkwy S (SR 161)intersection and the 1-5 SB&S 348th St(SR 18) intersection)and detection improvements associated with this intersection that are needed for the adaptive system will be added into the project via this change order. The plans for WSDOT Intersection Revisions, Video Detection Revisions and S 3481h St (SR 18) and Enchanted Pkwy S (SR 161) Intersection (ITS34) Revisions has been included to this change Order. The Video Detection Revision for phase III portion included deletion of one number of Iteris CCUs and addition of installation of one Iteris WDRs and rest of revisions belong to Phase I & II portion of the project. Measurement and Payment: Schedule "A"-New Bid Item A 34 "WSDOT Revisions, Loops -Credit," per each is created. The total quantity is Seven (7). Schedule"A"-New bid item A 35 "Addition of the S 348th St(SR 18)& Enchanted Pkwy S(SR 161)intersection (ITS 34), and associated fiber optic communications between this intersection and the 1-5 SB &S 348th St(SR 18)intersection," Lump Sum is created. Schedule"B"-New bid item B 25 "Modification to Video Detection -Credit," Lump Sum is created. Measurement and Payment for Schedule "A"-New Bid Item A 34 will be credited at a unit rate of $500.00 per each for a total credited amount of$3500.00 for total quantity of Seven(7). Measurement and Payment for Schedule "A"-New Bid Item A 35 will be at a unit rate of $121,876.40 Lump Sum. Measurement and Payment for Schedule "B"-New Bid Item B 25 will be credited at a unit rate of $1,177.82 Lump Sum. Time Statement: Five(5)working days will be added to the contract due to this work being on the critical path. CITYWIDE ADAPTIVE SIGNAL CONTROL CHANGE ORDER#3 SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1&2 AND PHASE 3 OCTOBER 2020 PROJECT#202 AND 216 4) Schedule"A"- Existing Bid Item Al "Unexpected Site Changes" Scope Schedule"A"- Existing Bid item Al "Unexpected Site Changes,"will be used to pay for the newly created Schedule "A"- Bid Item A 32 "Project Sign." Therefore, Bid item Al "Unexpected Site Changes,"will be reduced by in the amount of$1,250.00. Measurement and Payment: Schedule"A"—Existing Bid item Al "Unexpected Site Changes," Forced Account Measurement and Payment for the Schedule "A" —Existing Bid item Al "Unexpected Site Changes,"will be credited at a unit rate of-$1,250.00. 5) Schedule"B"- Existing Bid Item Bl "Unexpected Site Changes" Scope Schedule "B"- Existing Bid item B1 "Unexpected Site Changes,"will be used to pay for the newly created Schedule "B"- Bid Item B 24 "Project Sign." Therefore, Bid item B1 "Unexpected Site Changes,"will be reduced by in the amount of$1,250.00. Measurement and Payment: Schedule"B"—Existing Bid item B1 "Unexpected Site Changes," Forced Account Measurement and Payment for the Schedule "B" —Existing Bid item 131 "Unexpected Site Changes,"will be credited at a unit rate of-$1,250.00 The time provided for completion in the Contract is ❑ Unchanged ® Increased by__5_Working Day(s) ❑ Decreased by_Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If"Yes"Will the Policies Be Extended? ❑ Yes ® No CITYWIDE ADAPTIVE SIGNAL CONTROL CHANGE ORDER#3 SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1&2 AND PHASE 3 OCTOBER 2020 PROJECT#202 AND 216 THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: Schedule "A"-Phase I and Phase II Bid Existing Change Change item# Description Qty Qty Unit Unit Cost Item Total 1 Unexpected Site Changes 1 0.75 FA $5,000.00 ~ �DU-60) 32 Project Sign (4'X8') 0 1 EA $1,076.74 $1,076.74 Traffic Signal System, Complete-Enchanted 33 PKWY S (SR 161) & 19TH Way S-Credit 0 -1 LS $40,971.00 540,971.00) 34 WSDOT Revisions, Loops -Credit 0 -7 EA $500.00 ($3,500.00) 35 Revision to WSDOT Intersections, Modification to Video Detection and Addition of the S 348th St(SR 18) & Enchanted Pkwy S (SR 161) intersection (ITS 34), and associated fiber optic communications between this intersection and the 1-5 SB & S 348th St(SR 18) intersection 0 1 LS $121,876.40 $121,876.40 Sub Total Ph I &II $77,232.14 Schedule "B"-Phase III 1 Unexpected Site Changes 1 0.75 FA $5,000.00 I 10) 24 Project Sign (4'X8') 0 1 EA $1,076.74 1,076.74 25 Modification to Video Detection - Credit 0 -1 LS $1,177.82 (1,177.82) Sub Total Ph III ($1,351.08) TOTAL PH I &II and PH III $75,881.06 TOTAL NET CONTRACT: $1,730,131.06 JINCREASE $75,881.06] DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $1.650,2.50.00 PREVIOUS CHANGE ORDERS $4000.00 THIS CHANGE ORDER $75,881.06 NEW CONTRACT AMOUNT $1.730,131.06 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. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. CONTRACTOR'S SIGNATURE DATE Z61 wso PUBLIC O DIRECTOR DATE CITYWIDE ADAPTIVE SIGNAL CONTROL CHANGE ORDER#3 SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2020 PROJECT#202 AND 216 10/9/2020 Corporations and Charities System BUSINESS INFORMATION Business Name: NORTHEAST ELECTRIC,LLC UBI Number: 602 482 576 Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Principal Office Street Address: 1780 DOWN RIVER DR,WOODLAND,WA,98674-9699,UNITED STATES Principal Office Mailing Address: 1780 DOWN RIVER DR,WOODLAND,WA,98674-9699,UNITED STATES Expiration Date: 03/31/2021 Jurisdiction: UNITED STATES,WASHINGTON Formation/Registration Date: 03/11/2005 Period of Duration: PERPETUAL Inactive Date: Nature of Business: OTHER SERVICES,ELECTRICAL CONTRACTOR REGISTERED AGENT INFORMATION Registered Agent Name: DANIEL P HALBERG Street Address: 1780 DOWN RIVER DR,WOODLAND,WA,98674-9699,UNITED STATES Mailing Address: GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL DANIEL HALBERG GOVERNOR INDIVIDUAL BARRI HALBERG GOVERNOR INDIVIDUAL TROY HALBERG GOVERNOR INDIVIDUAL STEVEN HALBERG https:t/ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1/1 RETURN TO: PW ADMIN EXT: 2700 ID#: --� . 61 _/ CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATINGDEPT/Div: PUBLIC WORKS/CAPITAL ENGINEERING 2. ORIGINATING STAFF Naveen Chandra EXT: 253-797-66 3. DATE REQ. B)-:ASAP 3. TYPE OF DOCUMENT(CHECK ONE): E3 CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION 0 CONTRACT AMENDMENT(AG#): 19-237 ❑ INTERLOCAL ❑ OTHER 4. PRO.IECTNAME:CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMP-PH 1 2 AND PHASE 3 5. NAME OF CONTRACTOR: Northeast Electric. LLC ADDRESS: 1780 Downrive Drive, Woodland WA 98674 TELEPHONE: 360-225-7004 E-MAIL:troyh cDnellc.net FAX: SIGNATURENAM£: Troy Halberg TITLE:Manager__ 6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. 12/31/ UBI#_602482576 ,EXP. / / 7. TERM: COMMENCEMENT DATE 1/6/2020 COMPLETION DATE: 100 workinu days 3. TOTAL COMPENSATION:$1,654,250.00 ($0.00 as CO # 2) (INCLUDE EXPENSES AND SALES TAX,IF ANY) (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: d YES 0 NO IF YES,$ PAID BY: ❑CONTRACTOR 0 CITY RETAINAGE: RETAINAGE AMOUNT: A RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED Cl PURCHASING: PLEASE CHARGE TO: 306-4400-202-595-20-110&306-4400-216-595-20-110 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED O PROJECT MANAGER �- - O DIVISION MANAGER SH 8/26120 in DEPUTY DIRECTOR DSW 9/3/20 O DIRECTOR - ❑ RISK MANAGEMENT (IF APPLICABLE) 0 LAW DEPT ER 9/3/2020 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING 'r ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: I DATE REC p T D; I ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL 1 DATE SIGNED ❑ FINANCE DEPARTMENT Aw DEPT SIGNATORY(MAYOR OR DIRECTOR) 111wt, /CITY CLERK 1`i ❑ ASSIGNED AG# AG ❑ SIGNED COPY RETURNED ❑A SENT: COMMENTS: EXECUTE"2 "ORIGINALS 12020 /�q (�o CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 202 &216 AG 19-237 02 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS—PHASE 1 &2 AND PHASE 3 NORTHEAST ELECTRIC, LLC _ PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The project includes work at three King County owned intersection and traffic control required at one of the City's owned intersection extends into King County ROW. Therefore, a special use permit is required from King County to perform the above mentioned work. The King County requires insurance as part of the special use permit approval. The original contract did not include King County and their officers as additionally insured for the project. Therefore, this contract change order agreement requires inclusion of King County and their officers as the additional insured for the project. The time provided for completion in the Contract is ® Unchanged ❑ Increased by_Working Day(s) ❑ Decreased by_Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ® Yes ❑ No If"Yes"Will the Policies Be Extended? ® Yes ❑ No THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD NONE TOTAL NET CONTRACT: $0.0 INCREASE $0.00 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $1,650.250.00 PREVIOUS CHANGE ORDERS $4000.00 THIS CHANGE ORDER $0.0 NEW CONTRACT AMOUNT $1.654.250.00 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 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 AUGUST 2020 PROJECT#202 AND 216 the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. - -Z � y o CONTRACTOR'S SIGNATURE DATE PUBLIC WORKS DIRECTORry y DATE CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 AUGUST 2020 PROJECT#202 AND 216 -" DATE(MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 09/09/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ( CONTACT I NAML- Parker,Smith&Feek,Inc. i PHONE 509-789-8350 FAX 509-931-0794 ,.fAiC,No,Ext}: (AIC.No); 16201 E Indiana Ave,Suite 1000 E-MAIL Spokane Valley,WA 99216 ADDRESS.- ----INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Valley Forge Insurance Company INSURED INSURER 13: Navigators qpecial Insurance Company Northeast Electric,LLC - - 1780 Down River Dr. INSURER c. Woodland.WA 98674 INSURER D 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 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 ADDL SUBR POLICY EFF POLICY EXP LIMITS ITR TYPE OF INSURANCE POLICY NUMBER MMIDDIYYYY IhsMlE7(17vvYY A GENERAL LIABILITY 6080552669 04/07/2020 04/07/2021 EACH OCCURRENCE s 1,000,000 DAMAGETO RENTED 500 SOD X COMMERCIAL GENERAL LIABILITY P MIsEs Ea o nce $ X ��-----�--..rte@ ) _. CLAIMS-MADE X OCCUR I MED EXP(Any one person) $ 15,000 X PD Ded:$25,000 _PERSONAL&ADV INJURY $_1,000,000 _ GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG S 2,000,000 POLICY X I'r?L LOC $ AUTOMOBILE LIABILITY 6080553000 COMBINED SINGLE LIMIT 1 000 000 A 04/07/2020 04/07/2021 _Ea accident) X_ ANY AUTO _ X BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accidenl) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS X Liability Ded: I $ BI UMBRELLA LIAB X OCCUR SE20EXCZ04YJ41C 04/07/2020 04/07/2021 EACH OCCURRENCE $ 5,000,000 X EXCESS LIAR CLAIMS-MADE X AGGREGATE $ 5,000,000 DED X RETENTION S 0 $ WORKERS COMPENSATION 6080552669We srATu- X OTH- A AND EMPLOYERS'LIABILITY Y/N 04/07/2020 04/07/2021 TORY (MIT ANY PROPRIETOR/PARTNER/EXECUTIVE❑ 'rte WA Stop Gap/Employers E.L.EACH ACCIDENT $ 1,00�,0�0 OFFICER/MEMBER EXCLUDED? NIA Liability 1,000,000 (Mandatoryin NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Pollution Liability 6080552669 04/07/2020 04/07/2021 $1,000,000 Each Incident/$2,000,000 Limited Pollution Liability Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Project#202&216 Citywide Adaptive Signal Control System-Its Improvements City of Federal Way and King County and its officers,elected officials,employees,agents and volunteers,the consultant that completed the preparation of the engineering design and .. (See Attached Description) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Federal Way 33325 8th Avenue South AUTHORIZED REPRESENTATIVE Federal Way,WA 98003 /I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 1 of 11 (MMA01) DESCRIPTIONS (Continued from Page 1 ) project plans,and its officers,employees,agents,and subconsultants,and consultants hired by the contracting agency for design,construction support,or materials testing are additional insureds on the general liability,automobile,and excess liability policies per the attached endorsements/forms. Coverage is primary and non-contributory on the general liability,automobile,and excess liability policies per the attached endorsements/forms. CANCELS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE. u 2of11 CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors -with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following-- COMMERCIAL ollowing:COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: 1. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury,property damage or personal and advertising injury caused in whole or in part by your acts or omissions,or the ads or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract;or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard,and only if: 1. the written contract requires you to provide the additional insured such coverage;and 2. this coverage part provides such coverage. Il. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010,or under the 10- 01 edition of CG2037; or B. additional insured coverage with"arising out of language;or C. additional insured coverage to the greatest extent permissible by law: then paragraph I.above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part,but only with respect to liability for bodily injury,property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance,the Insurer will not provide such additional insured with, A. coverage broader than required by the written contract:or B. a higher limit of insurance than required by the written contract. 14 IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing,approving, or failing to prepare or approve maps,shop drawings.opinions, reports,surveys, field orders,change orders or drawings and specifications;and 2. supervisory,inspection, architectural or engineering activities:or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS,the Condition entitled Other Insurance is amended to add the following,which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: CNA15079XX (10-16) Policy No: 6080552669 Page 1 of 2 Endorsement No: 7 VALLEY FORGE INSURANCE CCMPANY Effective Date: 04/07/2020 Insured Name: NORTHEAST ELECTRIC LLC Copynght CNA All Rghts Reserved Includes copynghled material of Insurance Services Office.Inc with Its permission C�rA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is,a named insured,this insurance is primary to and will not seek contribution from such other insurance,provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above,this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement,the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence,Offense,Claim or Suit is amended with the addition of the following.- Any ollowing:Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim,or any occurrence or offense which may result in a claim; 2. 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 3. make available any other Insurance, and tender the defense and indemnity of any claim to any other insurer or self-insurer,whose policy or program applies 10 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 3.does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. 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 you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy;and S. was executed prior to: 1. the bodily injury or property damage;or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX(10-16) Policy No: 6080552669 Page 2 of 2 Endorsement No: 7 VALLEY FORGE INSURANCE COMPANY Effective Date: 04/07/2020 Insured Name: NORTHEAST ELECTRIC LIC Copynght CNA All Rights Reserved Includes copyrighled matenal of Insurance Seances Office Inc wdh its permission CNAContractors' General Liability Extension Endorsement This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE-PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. Al 1: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products-completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products- completed operations hazard will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: CNA74705XX(1-15) Policy No: Page 8 of 17 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 47901449 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 11 of 20 5 of 11 (MMA01) CNA Blanket Additional Insured - Owners, Lessees or Contractors -with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition,or 10-01 edition of CG2010, or under the 10-01 edition of CG2037; or B. additional insured coverage with"arising out of language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I.above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance,the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract;or B. a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of,or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving,or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders,change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS,the Condition entitled Other Insurance is amended to add the following,which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: Primary and Noncontributory Insurance CNA75079XX(10-16) Policy No: Page 1 of 2 Endorsement No: Company Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 47901449 1 19/20 GL, Auto, 1M, Umbrella I Leigh Penley 1 4/1/2019 10:41:S9 AM (PDT) I Page 2 of 20 6 of 11 (MMA01) .............. CNA Blanket Additional Insured - Owners, Lessees or Contractors -with Products-Completed Operations Coverage Endorsement With respect to other insurance available to the additional insured under which the additional insured is a named insured,this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured;or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above,this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence,Offense,Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. 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 3. make available any other insurance, and 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 3. does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. 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 you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy;and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX(10-16) Policy No: Page 2 of 2 Endorsement No: Company Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 47901449 119/20 GL, Auto, IM, Umbrella I Leigh Penley 14/1/2019 10:41:58 AM (PDT) I Page 3 of 20 7 of 11 (MMA01) CN 359XX (Ed (Ed.4/12) CNA 5091530636 Northeast Electric LLC THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1.,Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an "insured" under any other liability"policy" providing"auto"coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) "Bodily injury" or"property damage" caused by an "accident"that occurred before you acquired or formed the organization; or (2) Any such organization that is an "insured" under any other liability "policy" providing "auto" coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an "insured" but only with respect to their legal liability for acts or omissions of a person, who qualifies as an "insured" under Section II —Who Is An Insured and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. i 4. An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2.(2)and A.2. (4)are revised as follows: 1. In a.(2),the limit for the cost of bail bonds is changed from$2,000 to$5,000;and 2. In a.(4),the limit for the loss of earnings is changed from $250 to$500 a day. C. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. CNA63359XX Copyright,CNA Corporation,2000. Page 1 of 4 (Ed.4/12) Includes copyrighted material of the Insurance Services Office used with its permission. 47901450 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 21 of 24 8 of 11 (MMA01) CNA63359XX CNA (Ed.4112) r C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph 13.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. Other Insurance The following is added to Section IV, Paragraph B.5.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to"Accident'or"Loss". E. Volicy Period, Coverage Territory Section IV, Paragraph B.7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V.paragraph C. is deleted and replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. CNA63359XX Page 4 of 4 (Ed.4/12) 47901450 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 24 of 24 9 of 11 (MMA01) SECTION II—WHO IS AN INSURED The WHO IS AN INSURED section of the"controlling underlying insurance" is made part of this policy.Any person or organization that is an insured in"controlling underlying insurance" is an insured in this policy to the same extent. SECTION III—LIMITS OF INSURANCE The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of insureds, claims made or suits brought, or persons or organizations making claims or bringing suits. 1. The General Aggregate Limit is the most we will pay for the sum of all damages to which this insurance applies, except: a. damages because of bodily injury or property damage included within any applicable products-completed operations hazard; or b. damages arising out of the ownership, operation, maintenance or use of an automobile; 2. The Products-Completed Operations Aggregate Limit is the most we will pay for the sum of all damages included within any applicable products-completed operations hazard; 3. Subject to paragraphs 1. and 2. above,the Each Event Limit is the most we will pay for all damages that arise out of any one"event." SECTION IV—CONDITIONS The CONDITIONS sections of the"controlling underlying insurance"are made part of this policy. If an inconsistency or contradiction exists between the Conditions of this policy and the Conditions of the"controlling underlying insurance,"the Conditions of this policy will apply. 1. Appeals At our discretion we may appeal any judgment which would result in a payment under this policy. When we do appeal,we will pay all costs associated with the appeal in addition to the Limits of Insurance.Any such appeal will not increase our Limits of Insurance. 2. Bankruptcy or Insolvency Bankruptcy or insolvency of the insured or the insured's estate will not relieve us of our obligations under this policy. Bankruptcy or insolvency of any company providing "controlling underlying insurance"will not reduce the"underlying limits" or increase our obligations under this policy. We will not be required to drop down or replace"controlling underlying insurance." 3. Cancellation a. The first Named Insured may cancel this policy at any time by providing us advanced written notice of the cancellation date. b. We may cancel this policy at any time by providing the first Named Insured written notice of cancellation: i. at least 10 days in advance if we cancel for non-payment of premium; or ii. at least 30 days in advance if we cancel for any other reason: Navigators Specialty Insurance Company Contains copyrighted material of the NAV-EXC-001 (04/10) Insurance Services Office, Inc.with its permission. Page 3 of 7 10 0f 11 COMMERCIAL UMBRELLA LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CONDITIONS OTHER INSURANCE PRIMARY AND NON-CONTRIBUTING This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA LIABILITY COVERAGE PART SCHEDULE When required by written contract executed before the"loss." A. Section IV-Conditions, 9. Other Insurance is deleted and replaced by the following: 9. This insurance is excess over any other insurance available to the insured except: a. insurance that is purchased specifically to apply in excess of this policy;or b. insurance available to the person or organization shown in the Schedule of this endorsement as an additional insured on the"scheduled underlying insurance." B. When this insurance applies on a primary and non-contributing basis, the Limits of Insurance available for the additional insured will be the lesser of: 1. the amounts shown in item 3 of the Declarations of this policy; or 2. the amount of insurance you are required to provide the additional insured in the written contract or agreement. All other terms of the policy remain unchanged. Navigators Specialty Insurance Company NAV-UMB-348A(10/09) Contains copyrighted material of the Page 1 of 1 Insurance Services Office, Inc. with its permission. g 11 of 11 (MMA01) 4/10/2020 Corporations and Charities System ess�%jpc as and Charities Filing System BUSINESS INFORMATION Business Name: NORTHEAST ELECTRIC,LLC UBI Number: 602 482 576 Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Principal Office Street Address: 1780 DOWN RIVER DR,WOODLAND,WA,98674-9699,UNITED STATES Principal Office Mailing Address: 1780 DOWN RIVER DR,WOODLAND,WA,98674-9699,UNITED STATES Expiration Date: 03/31/2021 Jurisdiction: UNITED STATES,WASHINGTON Formation/Registration Date: 03/11/2005 Period of Duration: PERPETUAL Inactive Date: Nature of Business: OTHER SERVICES,ELECTRICAL CONTRACTOR REGISTERED AGENT INFORMATION https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1/2 4/10/2020 Corporations and Charities System Registered Agent Name: DANIEL P HALBERG Street Address: 1780 DOWN RIVER DR,WOODLAND,WA,986749699, UNITED STATES Mailing Address: GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL DANIEL HALBERG GOVERNOR INDIVIDUAL BARRI HALBERG GOVERNOR INDIVIDUAL TROY HALBERG GOVERNOR INDIVIDUAL STEVEN HALBERG Back LFiling History Name History Print Return to Business Search https://ccfs.sos.wa.govt#/BusinessSearch/Businessinformation 2/2 NORTHEASTLLC 1780 Down River Drive Woodland, WA 98674 Phone # (360) 225-7004 Fax # (360) 225-7001 XX-%ti-�ti•.ne UC.nc t Accounts Receivable Contact City of Federal Way: Citywide Adaptive Signal Control System Contract-Project#202/RFB#19-011 Mike Williamson-Accounts Manager mikewta)neIIc.net Phone: 360-225-7004 Fax: 360-225-7001 Dan Halberg-Owner: RETURN TO: PW ADMIN EXT: 2700 ID#: CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATINGDEPT/Div: PLTFITTC WORKS/Capital Engineering ORIGINATING STAFF PERSON: Naveen Chandra EXT: 2729 3. DATE REQ.I3t: ASAP i, TYPE OF DOCUMENT(CHECK ONE): 0 CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT O SMALL OR LIMITED PUBLIC WORKS CONTRACT O PROFESSIONAL SERVICE AGREEMENT O MAINTENANCE AGREEMENT O GOODS AND SERVICE AGREEMENT O HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT O SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) O ORDINANCE O RESOLUTION O CONTRACT AMENDMENT(AG#): 1 9-237 ❑ INTERLOCAL O OTHER G. PROJECTNAME: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMP-PH 1 2 AND PHASE 3 NAME OF CONTRACTOR: Northeast Electric, LLC ADDRESS: 1780 Downrive_ Drive Woodland WA 98574 TF=I.EPHONE; 360-225-7004 E-MA.LL:Argyh@,nelic.net SIGNATUP.ENAME: Troy Halberg T i i l f..: Manama i. EXHIBITS AND ATTACHMENTS: ❑ SCOPE,WORK OR SERVICES O COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHEF REFERENCED EXHIBITS O PROOF OF AUTHORITY TO SIGN O REQUIRED LICENSES O PRIOR CONTRACT/AMENDMENTS CFW LICENSE#. BL,EXP. 12/31/ UBI# ,EXP. '. TERM: COMMENCEMENT DATE: 1/6/2020 COMPLETION DATE: 100 Working days i. TOTAL COMPENSATION:$1,654,250.00 ($4:000.00 as CO# 1) (INCLUDE EXPENSES AND SALES TAX,IF ANY) (1F CALCULAIED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: O YES (3 NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: G YES O NO IF YES,$ PAID BY: O CONTRACTOR O CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 306-4400-202-595-20-110&306-4400-216-595-20-110 �. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWEI) INITIAL/DATE APPROVED 8 PROJECT MANAGER 8 DIVISION MANAGER SH 4/10/20 8 DEPUTY DIRECTOR DSW 4/10/20 A DIRECTOR -` ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT ER 4/15/2020 O. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D:4110120 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT �I`i..DGNATORY(MAYOR oR'DIILECTOR J ❑ CITY CLERK *� ❑ ASSIGNED AG# { AGA ❑ SIGNED COPY RETURNED DATE SENT: :OMMENTS: :XECUTE"2"ORIGINALS 1/2020 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 202& 216 AG 19-237 01 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS—PHASE 1 &2 AND PHASE 3 NORTHEAST ELECTRIC, LLC_ PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The project is required to include project specific COVID-19 health and safety plan (CHSP) as result of the COVID-19 epidemic, which occurred after signing the contract for the subject project. This change order- incorporates Section 1-07.4(2) Health Hazards of Washington State Department of Transportation General Special Provisions, Option 2 effective April 6, 2020 into the contract. Section 1-07.4(2) Health Hazards has been attached to this change order. The time provided for completion in the Contract is Q Unchanged ❑ Increased by_Working Day(s) ❑ Decreased by_Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD A 31 COVID-19 HEALTH&SAFETY PLAN IMPLEMENTATION 1 FA 2,000.00 B 23 COVID-19 HEALTH&SAFETY PLAN IMPLEMENTATION 1 FA 2,000.00 TOTAL NET CONTRACT: 1NCREASE$4,0000.00 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $1,650.250.00 PREVIOUS CHANGE ORDERS $0.0 THIS CHANGE ORDER $4,000.00 NEW CONTRACT AMOUNT $1,654,250.00 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 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1&2 AND PHASE 3 OCTOBER 2019 PROJECT#202 AND 216 the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating.in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. Z CONTRACTOR'S SIGNATURE DATE PUB�,iC WORKS DIRECTOR f DATE CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENT- CITY OF FEDERAL WAY PHASE 1&2 AND PHASE 3 OCTOBER 2019 PROJECT#202 AND 216 1-07.4 Sanitation Section 1-07.4(2) is supplemented with the following: 1-07.4(2) Health Hazards (April 6, 2 02 0, WSDOT GSP, OPTION 2) COVID-19 Health & Safety Plan (CHSP) The Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP). The CHSP shall be prepared and submitted as a Type 2 working drawing prior to beginning physical Work. The Contractor shall update and resubmit the CHSP as the work progresses and new activities appear on the look ahead schedule required under Section 1-08.3(2)D. If the conditions change on the project, or a particular activity,the Contractor shall update and resubmit the CHSP. Work on any activity shall cease if conditions prevent full compliance with the CHSP. The CHSP shall address the health and safety of all people associated with the project including State workers in the field, Contractor personnel, consultants,project staff, subcontractors, suppliers and anyone on the project site, staging areas,or yards. The plan shall contain the following minimum elements: 1. The CHSP shall identify all standards, guidance, publications, and sources on which it is based. Those standards may include references to OHSA, WISHA, and CDC publications that are current at the time the CHSP is prepared. 2. The CHSP shall identify a responsible individual from the Contractor who is responsible for implementation of the CHSP. The individual(s) contact information shall be listed in the CHSP. 3. The CHSP shall specifically identify the project for which it is applicable, and if applicable, shall address project work areas outside the project limits such as staging areas or yards. 4. The CHSP shall identify the PPE and administrative and engineered controls necessary to maintain a safe site. This includes but is not limited to: sanitation resources, screening stations, safety briefings, controlling access, and personal protective equipment (PPE) needed to protect workers from COVID-19. 5. The CHSP shall identify measures for screening and managing workers or visitors to areas identified in the CHSP. The plan shall include procedures should a person exhibit symptoms of COVID-19. 6. The CHSP shall identify how the plan will be updated as new work activities are added with each two week look-ahead schedule. The CHSP updates shall identify the number of workers, crews, work tasks, and the degree of congestion or confinement workers will experience for the work activities in the two week look- ahead schedule. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENT- CITY OF FEDERAL WAY PHASE 1&2 AND PHASE 3 OCTOBER 2019 PROJECT#202 AND 216 7. The CHSP shall include how the Contractor will ensure everyone on the site has been trained on the CHSP requirements. This includes subcontractors, suppliers, and anyone on the project site. COVID-19 Health and Safety Plan (CHSP)Inspection The Contractor shall grant full and unrestricted access to the Engineer for CHSP Inspections. The Engineer(or designee) will conduct periodic compliance inspections on the project site, staging areas, or yards to verify that any ongoing work activity is following the CHSP plan. If the Engineer becomes aware of a noncompliance incident either through a site inspection or other means,the Contractor will be notified immediately (within 1 hour). The contractor will be given 24 hours to either remedy the noncompliance incident or halt the associated work activity. If the Contractor fails to comply within 24 hours of receiving the Engineer's notification,the Engineer may suspend Work. The Contractor must satisfy the Engineer that the noncompliance incident has been corrected before the suspension will end. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENT— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 PROJECT#202 AND 216 Qvi AC=C-)R CERTIFICATE OF LIABILITY INSURANCE DAT044/07/07//22020020 ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Parker,Smith&Feek, Inc. "HOryF 253-359-9700 FAX 1707 Dock Street Ir-M r,u.Ext): �talc,Nal: EP.9AIL ... - Tacoma,WA 98402 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Valley Forge Insurance Company INSURED Northeast Electric,LLC INSURER B: Navigators Specialty Insurance Company 1780 Down River Dr. INSURER C: Woodland.WA 98674 INSURER D: INSURER E: INSl1RER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADULSUOR POLICYEFF POLICY EAP - LTR TYPE OF INSURANCE POLICY NUMBER MM/DD/YYW MM/DD/YWY LIMITS A GENERAL LIABILITY 6080552669 04/07/2020 04/07/2021 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY X PREMISES LE occurre ce $ 500,000 Y CLAIMS-MADE l.�- iOCCUR MED EXP(Any oneperson) S 15,000 X PD Ded:$25,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG S 2,OOO,000 POLICY X PRO LOC $ A AUTOMOBILE LIABILITY 6080553000 04/07/2020 04/07/2021O6iNEp SINGLE LIMfT 1,000,000 X ANY AUTO X BODILY INJURY(Per person) 5 ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE 5 HIREDAUTOS AUTOS PeraccldenttJ X Liability Ded: $ B UMBRELLA LIAB X OCCUR SE20EXCZ04YJ4IC 04/07/2020 04/07/2021 EACH OCCURRENCE s 5,000,000 X EXCESS LIAB F71CLAI X AGGREGATE $ 5,400,000 DED X RETENTION$ 0 _ $ WORKERS COMPENSATION 6080552669 WC STATU- X OTH- A AND EMPLOYERS'LIABILITY YIN oyers 04/07/2020 04/07/2021 IT LI 1ZaTS ANY PROPRIETOR/PARTNER/EXECUTIVE 'WA Stop Gap/Employers E-L..EACH ACCIDENT $ 1,OOD,000 OFFICER/MEMBER EXCLUDED? F—] N/A Liability (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E L.DISEASE-POLICY LIMIT 5 A Pollution Liability 6080552669 04/07/2020 04/07/2021 1,000,000/2,000,000 Limited Pollution Liability DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Citywide Adaptive Signal Control System Contract-PROJECT#202 and 216/RFB#19-011 City of Federal Way and and its officers,elected officials,employees, agents,and volunteers and Consultants hired by the Contracting Agency for design, construction support,or materials testing.are additional insureds on the general liability,automobile,and excess liability policies per the attached endorsements/forms... (See Attached Description) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Federal Way 33325 8th Ave.South AUTHORIZED REPRESENTATIIVaE1, Federal Way,WA 98003 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 3 of 20 (TEWOO) DESCRIPTIONS (Continued from Page 1 ) Coverage is primary and non-contributory on the general liability,automobile,and excess liability policies per the attached endorsements/forms. 5 of 20 (TEW00) CNA Blanket Additional Insured - Owners, Lessees or Contractors -with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10-01 edition of CG2037; or B. additional insured coverage with "arising out of language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS,the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: Primary and Noncontributory Insurance CNA75079XX(10-16) Policy No: Page 1 of 2 Endorsement No: Company Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc,with its permission 47901449 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 2 of 20 7 of 20 (TEW00) CNAContractors' General Liability Extension Endorsement This insurance does not apply to Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products-completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products- completed operations hazard will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: CNA747O5XX (1-15) Policy No: Page 8 of 17 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc,with its permission 47901449 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 11 of 20 9 of 20 (TEWOO) i Contractors' General Liability Extension Endorsement 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products-completed operations hazard. 2. ADDITIONAL INSURED-PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization 3. BODILY INJURY—EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: {aJ ary partnership limited liaibility company orjoint venture; or CNA74705XX (1-15) Policy No: Page 4 of 17 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved Includes copyrighted material of Insurance Services Office, Inc.,with its permission 47901449 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:59 AM (PDT) I Page 7 of 20 11 of 20 (TEW00) CN 3359XX (E CNA (Ed. 4/12) 5091530636 Northeast Electric LLC THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS - This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1.,Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an "insured" under any other liability "policy" providing "auto"coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) "Bodily injury" or"property damage" caused by an "accident" that occurred before you acquired or formed the organization; or (2) Any such organization that is an "insured" under any other liability "policy" providing "auto" coves e. 3. Any person or organization that you are required by a written contract to name as an additional insured is an "insured" but only with respect to their legal liability for acts or omissions of a person, who qualifies as an "insured" under Section II —Who Is An Insured and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows: 1. In a.(2),the limit for the cost of bail bonds is changed from $2,000 to$5,000; and 2. In a.(4),the limit for the loss of earnings is changed from $250 to $500 a day. C. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. CNA63359XX Copyright,CNA Corporation,2000 Page 1 of 4 (Ed. 4/12) Includes copyrighted material of the Insurance Services Office used with its permission 47901950 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 21 of 24 13 of 20 E""fllCYGI Ad (E CN 3359XX (Ed.4/12) %PFFINA C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph 13.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. OtherInsurance The following is added to Section IV, Paragraph B.S. Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to"Accident" or"Loss". E. Policy Period, Coverage Territory Section IV, Paragraph B. 7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V. paragraph C. is deleted and replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. CNA63359XX Page 4 of 4 (Ed. 4/12) 47901450 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 24 of 24 15 of 20 (TEW00) SECTION II—WHO IS AN INSURED The WHO IS AN INSURED section of the"controlling underlying insurance" is made part of this policy. Any person or organization that is an insured in "controlling underlying insurance" is an insured in this policy to the same extent. SECTION III—LIMITS OF INSURANCE The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of insureds, claims made or suits brought, or persons or organizations making claims or bringing suits. 1. The General Aggregate Limit is the most we will pay for the sum of all damages to which this insurance applies, except: a. damages because of bodily injury or property damage included within any applicable products-completed operations hazard; or b. damages arising out of the ownership, operation, maintenance or use of an automobile; 2. The Products-Completed Operations Aggregate Limit is the most we will pay for the sum of all damages included within any applicable products-completed operations hazard; 3. Subject to paragraphs 1. and 2. above, the Each Event Limit is the most we will pay for all damages that arise out of any one"event." SECTION IV—CONDITIONS The CONDITIONS sections of the "controlling underlying insurance" are made part of this policy. If an inconsistency or contradiction exists between the Conditions of this policy and the Conditions of the"controlling underlying insurance,"the Conditions of this policy will apply. 1. Appeals At our discretion we may appeal any judgment which would result in a payment under this policy. When we do appeal, we will pay all costs associated with the appeal in addition to the Limits of Insurance. Any such appeal will not increase our Limits of Insurance. 2. Bankruptcy or Insolvency Bankruptcy or insolvency of the insured or the insured's estate will not relieve us of our obligations under this policy. Bankruptcy or insolvency of any company providing "controlling underlying insurance"will not reduce the"underlying limits" or increase our obligations under this policy. We will not be required to drop down or replace "controlling underlying insurance." 3. Cancellation a. The first Named Insured may cancel this policy at any time by providing us advanced written notice of the cancellation date. b. We may cancel this policy at any time by providing the first Named Insured written notice of cancellation: i. at least 10 days in advance if we cancel for non-payment of premium; or ii. at least 30 days in advance if we cancel for any other reason: Navigators Specialty Insurance Company Contains copyrighted material of the NAV-EXC-001 (04/10) Insurance Services Office, Inc. with its permission. Page 3 of 7 17 of 20 (TEW00) COMMERCIAL UMBRELLA LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CONDITIONS OTHER INSURANCE PRIMARY AND NON-CONTRIBUTING This endorsement modifies insurance provided under the following COMMERCIAL UMBRELLA LIABILITY COVERAGE PART SCHEDULE When required by written contract executed before the"loss." A Section IV-Conditions, 9. Other Insurance is deleted and replaced by the following: 9. This insurance is excess over any other insurance available to the insured except: a. insurance that is purchased specifically to apply in excess of this policy; or b. insurance available to the person or organization shown in the Schedule of this endorsement as an additional insured on the"scheduled underlying insurance." B When this insurance applies on a primary and non-contributing basis, the Limits of Insurance available for the additional insured will be the lesser of: 1 the amounts shown in item 3 of the Declarations of this policy; or 2 the amount of insurance you are required to provide the additional insured in the written contract or agreement. All other terms of the pol;cy remain unchanged Navigators Specialty Insurance Company NAV-UMB-348A (10/09) Contains copyrighted material of the Page 1 of 1 Insurance Services Office, Inc. with its permission g 19 of 20 (TEW00) City of Federal Way 33325 8th Ave.South Federal Way,WA 98003 1 of 20 TEVVO0) RETURN TO: PW ADMIN EXT: 2700 ID#: 3(0 3 0 Gl7Z t CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIv: PUBLIC WORKS/CAPITAL PROJECTS ORIGINATING STAFF PERSON:NAVEEN CHANDRA EXT:2729 3. DATE REQ.BY:9/30/2019 T,,PE OF DOCUMENT(CHECK ONE)- �� �II�SN <i CON i R ACTOR SELECTION DOCUMENT(E.G.�RFB�RFP,RFQ) tai El PUBLIC WORKS CONTRACT ��rr// ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#): ❑ INTERLOCAL ❑ OTHER 1. PROJECTNAME:RFB19-011:CI"IYWIDI..-AIDPAI'IVF:SiONALCONTROL SYSTEM-ITS IMP-PHASE1 2&PHASE3 �. NAME OF CONTRACTOR: C .n p ' LL ADDRESS: D V-W Gu L ) TELEPHONE: a E-MAIL: V- {'1P L. vie f FAX: SIGNATURENAME: A=rdod TITLE: 040 L-7L t �. EXHIBITS AND ATTACHMENTS:EfSCOPE,WO R SERVICES ❑ COMPENSATION INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,,EXP. 12/31/ UBI# 7 EXP. '. TERM: COMMENCEMENT DATE: t 1 COMPLETION DATE: I6L) De Z( I. TOTAL COMPENSATION:$ TO Q (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: r ❑RETAINAGEAGREEMENT((SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO:��iiQ6— ��,� '�/�=���'1 ai�UY�,��4 "�r�}��� r� A-3Lt 2D -�X D �. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED g`PROJECT MANAGER Zb�� RrDIVISION MANAGER Pel DEPUTY DIRECTOR XIDIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) lf AW DEPT , �I dy l f P 1(I itvl 0. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: I G I. SCHEDULED COUNCIL DATE: COUNCIL APPROVAL D : 1. CONTRACT SIGNATURE ROUTING ,'^.• 1 ❑ SENT TO VENDOR/CONTRACTOR DATESENT: 1\1/1I"t lcl (1�) DATEREC'D: ` 2-7 I9 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ FINANCE DEPARTMENT .. /LAW DEPT ) 5r ,SIGNATORY(MAYOR OR DIRECTOR) /CITY CLERK � ASS IGN ED AG# A Ill ❑ SIGNED COPY RETURNED DATE SENT: RETURN ONE ORIGINAL ,OMNI ENTS: IXECUTE"3"ORIGINALS inmR CITY OF e ra ,' My BUSINESS REGISTRATION License Number 20-14-105028-00-BL Non-Resident Business Registered: NORTHEAST ELECTRIC LLC 1780 DOWN RIVER DR WOODLAND OR 98674 Expires: 12/31/2019 Categor}: 1730 -Contractors-Electrical Work 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. `ti�Cpgp0FtAft r'rr•'��� 9 Q� �� 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 Form � Request for Taxpayer Give Form to the (Rev.October 2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ►Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name(as shown on your incoinee tax return).Name is required on this line;do not leave this line blank. Northeast Electric, LLC 2 Business name/disregarded entity name,If differerrtfrom above M3 Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check only one of the 4 Exemptions(codes apply only to mfollowing seven boxes, certain entities,not individuals;see a instructions on page 3): o ElIndividual/sole proprietor or ElC Corporation ElS Corporation ElPartnership ElTrust/estate c single-member LLC Exempt payee code(if any) CL ❑✓ Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership)► S p Note:Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting H LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is codeif an another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that code(if CL 2 is disregarded from the owner should check the appropriate box for the tax classification of its owner. V ❑ Other(see insiruc*,tens)► (Applies to accounts maintained outside the Us) (n C 5 Address(number.street,and apt.or suite no.)See instructions. Requester's name and address(optional) in 1780 Do*n River Drive 6 City,state,Lind ZIr code; Wnndl3TI.d, WA 98674 7 List account number(s)here( pronal;. JaM Taxpayer Identification Number(TIN) Enter youTTIN in the aporcpria'e box.The TIN provided must match the name given on line 1 to avoid social security number backup withholding.For individuals,this is generally your social security number(SHowever,fora resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other entities,it is your employer identification number(EIN).If you do not have a number,see How to get a TIN, later. or Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. M25 — 1 1 9 1 1 2 9 8 7 Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.I am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part II,later. Sign Signature of Here U.S.person► a-A Date to- General General Instructions •Form 1099-DIV(dividends,including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise .Form 1099-MISC(various types of income,prizes,awards,or gross noted. proceeds) Future developments.For the latest information about developments •Form 1099-B(stock or mutual fund sales and certain other related to Form W-9 and its instructions,such as legislation enacted transactions by brokers) after they were published,go to www.irs.gov/FormW9. •Form 1099-S(proceeds from real estate transactions) Purpose of Form •Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 requester)who is required to file an •Form 1098(home mortgage interest), 1098-E(student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T(tuition) identification number(TIN)which may be your social security number •Form 1099-C(canceled debt) (SSN),individual taxpayer identification number(ITIN),adoption .Form 1099-A(acquisition or abandonment of secured property) taxpayer identification number(ATIN),or employer identification number (EIN),to report on an information return the amount paid to you,or other Use Form W-9 only if you are a U.S.person(including a resident amount reportable on an information return.Examples of information alien),to provide your correct TIN. returns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TIN,you might •Form 1099-INT(interest earned or paid) be subject to backup withholding.See What is backup withholding, later. Cat.No.10231X Form W-9(Rev.10-2018) CITY OF Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM - ITS IMPROVEMENTS - PHASE 1 & 2 AND PHASE 3 PROJECT# 202 and 216 RFB # 19-011 GRANT FUNDING # CM-HSIP-000S(464) and CM-9917(031) City of Federal Way PUBLIC WORKS DEPARTMENT 33325 8th Avenue South Federal Way, WA 98003 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM — ITS IMPROVEMENTS — PHASE 1 & 2 AND PHASE 3 PROJECT # 202 and 216 RFB # 19-011 GRANT FUNDING # CM-HSIP-OOOS(464) and CM-9917(031) Bids Accepted Until 10:00 a.m., October 25, 2019 at City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 Prepared By: Trans o Group 12131 113th Ave NE #203 Kirkland, WA 98034 The contract fans and specifications for this Project have been reviewed and approved by: q4. Public Works Director/Deputy Public Works Director CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 S 2 AND PHASE 3 OCTOBER 2019 RFB-i PROJECT#202 and 216/RFB#19-011 CFW RFB VERSION 2019.06.11 TABLE OF CONTENTS PAGE ADVERTISEMENTFOR BIDS...............................................................................................................................3 INSTRUCTIONS TO BIDDERS &CHECKLISTS....................................... BIDPROPOSAL....................................................................................................................................................6 BIDBOND........................................................................................................••.. .................---...... ......16 SUBCONTRACTORLIST....................................................................................................................................17 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................18 PROPOSAL FOR INCORPORATING RECYCLED MATERIALS ......................................................................19 PUBLICWORKS CONTRACT...........................................................................................................................20 SAMPLE CONTRACT CHANGE ORDER...........................................................................................................27 CERTIFICATEOF INSURANCE .........................................................................................................................29 PERFORMANCEAND PAYMENT BOND ..........................................................................................................30 AMENDMENTS TO THE STANDARD SPECIFICATIONS...........................................................GREEN PAGES SPECIALPROVISIONS...................................................................................................................BLUE PAGES FHWA1273 ...................................................................................................................................COLOR PAGES PREVAILING WAGES AND BENEFIT CODE KEY.....................................................................COLOR PAGES STANDARD PLANS AND DETAILS ............................................................................................COLOR PAGES PROJECTPLANS.............................................................................................................BOUND SEPARATELY CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-ii PROJECT#202 and 2161 RFB#19-011 CFW RFB VERSION 2019.06.11 ADVERTISEMENT FOR BIDS CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM - ITS IMPROVEMENTS - PHASE 1 & 2 AND PHASE 3 SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids through October 25, 2019, at 10:00 a.m. at the City Hall Finance Department at 33325 8th Avenue South, Federal Way, Washington 98003. Proposals received after said date and time will not be considered. All timely bids will be opened and read publicly aloud in the Hylebos Conference Room, City Hall 33325 8th Avenue South, Federal Way, Washington 98003 at 10:05 a.m. on October 25, 2019. This project shall consist of: furnishing and installing traffic signal system detection and communications improvements at various intersections throughout the City of Federal Way, in support of its upcoming SCOOT Adaptive Signal Control (ASC)system. The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice to Proceed, the Contractor must complete all work within 100 working days. BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available on-line through Builders Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works," and "City of Federal Way." It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future addenda and to place themselves on the "Bidders List." Bidders that do not register will need to periodically check on-line for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 if you require assistance with access or registration. An informational copy of plans, specifications, and addenda are available for viewing only at the City of Federal Way Finance Department. QUESTIONS: Any questions must be directed to Naveen Chandra, P.E., Senior Capital Engineer, by email at Na,eef-1- corn, or by letter addressed to same. Questions must be received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of bids. OTHER PROVISIONS: All bids and this Project shall be governed by the Contract, as defined by the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction 2018 (Standard Specifications), which is incorporated by this reference as though set forth in full. All bid proposals shall be in accordance with the Contract and all bid proposals shall be accompanied by a bid deposit or bond in the amount required in the Contract. Forfeiture of the proposal bond or deposit to the City shall be in accordance with the Contract. The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 2,52, 42 U.S.C. 2000d to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women-owned firms to submit bids consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. 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. DATES OF PUBLICATION: Daily Journal of Commerce Publish October 4, 2019 and October 11, 2019 Federal Way Mirror Publish October 4, 2019 and October 11, 2019 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-3 PROJECT#202 and 216 I RFB#19-011 CFW RFB VERSION 2019.06.11 INSTRUCTIONS TO BIDDERS & CHECKLISTS (1) ADVERTISEMENT FOR BIDS AND CONTRACT DOCUMENTS The Advertisement for Bids and Contract Documents contain bidder instructions that must be complied with. (2) 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, the Project site, the availability of materials and labor, publically available information, 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. (3) INTERPRETATION OF BID AND CONTRACT DOCUMENTS No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of the bid or Contract Documents. Bidders shall not rely upon any oral statement or conversation they may have with City's employees, agents, representatives, consultants, or design professionals regarding the Contract Documents, whether at the pre-bid meeting or otherwise and no oral communications will be binding upon the City. Any questions must be directed to Naveen Chandra, P.E., Senior Capital Engineer, by email at or by letter addressed to same. The questions must be received by the City no later than 5:00 p.m. three business days preceding the bid opening 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. (4) BID PRICE The bid price shall include everything necessary for the completion of the Contract and the Work including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the Contract Documents. All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety (90)days after the bid opening. (5) POSTPONEMENT OF BID OPENING The City reserves the right to postpone the date and time for the opening of bids by Addendum at any time prior to the bid opening date and time announced in these documents. (6) REJECTION OF BIDS The City reserves the right to reject any bid for any reason including, but not limited to, the reasons listed in Special Provisions Section 1-02.13. 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. If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. (7) RECYCLED PRODUCTS The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-4 PROJECT#202 and 216/RFB#19-011 CFW RFB VERSION 2019.06.11 (8) BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required. Failure to comply may result in rejection of any bid not so complying. ❑ Bid Proposal: The Bid Proposal shall be completed and fully executed, including filling in the total bid amount. ❑ Bid Bond: This form is to be executed by the bidder (and the surety company as appropriate, depending upon the option selected by the bidder). ❑ Subcontractor List: The Subcontractor List shall be filled in by the bidder. ❑ Contractor Certification — Wade Law Compliance: This form shall be filled in and fully executed by the bidder. ❑ Proposai for incorporating Recycied Materiais: This form shall be filled in and executed by the bidder. (9) CONTRACT CHECKLIST The following documents are to be executed and delivered to the City after the Bid is awarded: Public Works Contract: The successful bidder will fully execute and deliver to the City the Public Works Contract("Contract")from these Bid Documents. ❑ Certificate of Insurance: The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ Performance/Payment Bond: The successful bidder will provide a fully executed Performance/Payment Bond as appropriate. ❑ Business License: The successful bidder will provide a copy of a current Business License with the City of Federal Way. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-5 PROJECT#202 and 216/RFB#19-011 CFW RFB VERSION 2019.06.11 BID PROPOSAL CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM — ITS IMPROVEMENTS — PHASE 1 & 2 AND PHASE 3 PROPOSAL SUBMITTED TO: City of Federal Way 33325 8th Ave South Federal Way, Washington 98003-6325 PROPOSAL SUBMITTED BY: Bidder: N o r��e_%� l;I zs-�} r: L L L Full Legal Name of Firm Contact: Taw PAlb��l° Individual with Legal Authority to sign Bid and Contract Address- -L-180 Down D,-�'V-0 Street Address WQOc(Iar►A, wig 11('14 City, State Zip Phone: �0(� `ZZc7-�day� E-Mail: r-,z Select One of the Following: ❑ Corporation o Partnership. o Individual X Other State Contractor's License No.. hJ0 RTIJI_Lfl! D n� State Contractor's License Expiration Date: 03 124 I loll Month Day Year State UBI No. QZ' $2- 5"1ly State Worker's Comp. Account No 0�13(p-D 0 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 RFB-6 PROJECT#202 and 2161 RFB#19-011 CFW RFB VERSION 2019 06 11 _rovided to Builders Exchange of 'WA, Inc For usage Conditions Agreement see www.bxwa.com - Always Verify Scal NOTE: All entries shall be written in ink or typed. Unit prices for ail items, all extensions, and total amount of bid shall be shown Enter unit prices in numerical figures only, in dollars and cents to two(2) decimal places(including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the unit price column will be regarded as nonresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. 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 ail 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. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 RFB-7 PROJECT#202 and 2161 RFB#19-011 CFW RFB VERSION 2019.06 11 ___ovided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always Verify Scal ;SCHEDULE A: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS-PHASE 1 &2 (BASE BID) All unit pares shall include appl+c,able sales tax (R aadUvav F^;urov--ments) Item Spec. Plan No. Div. Bid Item Description Unit Unit Price Amount 1 1-04 UNEXPECTED SITE CHANGES FA 1 $5,000 $5,000 2 1-09 MOBILIZATION LS 1 $ 50,00b•00 $So,000.00 3 1-10 PROJECT�CONTROL TEMPORARY TRAFFIC LS 1 $ 55,000 .00 $ x5,000-bb 4 ° 1-10 OFF-DUTY UNIFORMED POLICE HR 28 $ 110 .00 $ -3, 090-00 OFFICER 5 8-02 iPROPERTY RESTORATION FA 1 $5,000 $5,000 6 1-07 SPILL PREVENTION, CONTROL, AND LS 1 $ 1,500-00 $ I,S 00 .00 COUNTERMEASURES PLAN jTRAFFIC SIGNAL SYSTEM, 7 8-20 COMPLETE-S 320TH ST&25TH LS 1 $ 10,10q.00 $ (o,$0 q.00 AVE S/GATEWAY CENTER BLVD 8 8420 ITRAFFIC SIGNAL SYSTEM, LS 1 $ 114 ,336.00 $ 14,336.0cCOMPLETE-S 320TH ST&1-5 SB TRAFFIC SIGNAL SYSTEM, 9 8-20 1COMPLETE-S 320TH ST&23RD LS 1 $ �-}g��3( 00 $ 4$r$31 .04 AVE S 10 8.20 TRAFFIC SIGNAL SYSTEM, LS I 1 $ 2 X150.00 $ 42 45b.00 COMPLETE—S 320TH ST& 1-5 NB r `TRAFFIC SIGNAL SYSTEM, 11 8-20 COMPLETE-S 320TH ST&PETE VON REICHBAUER WAY S/20TH AVE LS 1 $ 33,140.00 $ 33,1�D.00 S 12 8-20 TRAFFIC SIGNAL SYSTEM, LS 1 Is .COMPLETE-S 320TH ST&SR 99 2,111 00 $ y 2,t17 00 'TRAFFIC SIGNAL SYSTEM, 13 8-20 !COMPLETE-S 320TH ST&32ND LS 1 $ 16,M.00 $ 16,065 Oo AVE S TRAFFIC SIGNAL SYSTEM, 14 8-20 ,COMPLETE-S 320TH ST& LS 1 $ 9,115.00 $ 8',17 5.00 jWEYERHAEUSER WAY S 'TRAFFIC SIGNAL SYSTEM, 15 8-20 COMPLETE-S 320TH ST/S 3$36 657.00 $ S ,,57.00 PEASLEY CANYON RD&MILITARY7LS , 3 r RDS 'TRAFFIC SIGNAL SYSTEM, 16 8-20 COMPLETE-S PEASLEY CANYON LS 1 $ 2g,500.00 $ 28,SOO.OU RD& S 321 ST ST a17 8.20 TRAFFIC SIGNAL SYSTEM, LS 1 $ 5 COMPLETE-SR 99 &S 356TH ST 3 i �g 00 $ 3�},S`�g 00 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 RFB-8 PROJECT#202 and 2161 RFB#19-011 CFV RFB VERSION 2019 06 11 _ovided to Builders Exchange of WA, Inc. For usage conditions Agreement see wv.i bxwa com - Always Verify Scal 18 8-20 (TRAFFIC SIGNAL SYSTEM, LS 1 $ COMPLETE—SR 99&S 352ND ST I ,2,19�nOO $ 3012Iq.OQ TRAFFIC SIGNAL SYSTEM, 19 8-20 COMPLETE-SR 99&S 348TH ST LS 1 $ 4�4,31b bb $ 441 gbto �(SR 18) 20 8-20 TRAFFIC SIGNAL SYSTEM, LS 1 p �COMPLETE-SR $ $99&S 344TH ST �j2,� 3 OD 321903.00 TRAFFIC SIGNAL SYSTEM, 21 8-20 COMPLETE-SR 99&16TH AVE S/S LS 1 $ �5���1,00 $ 151W.0D 340TH PL 22 8-20 TRAFFIC SIGNAL SYSTEM, LS 1 $ 39190.00 $ U,%7.00 COMPLETE-SR 99&S 336TH ST 23 8-20 TRAFFIC�COMPLETE-SR 9&SAL E 30TH ST LS 1 $ ��3�$ 00 $ Z'�,32g 00 TRAFFIC SIGNAL SYSTEM, 24 8-20 COMPLETE-ENCHANTED PKWY S LS 1 $ � p $ �(SR 161)116TH AVE S &S 356TH ST TRAFFIC SIGNAL SYSTEM, 25 8-20 GMPLETE-ENCHANTED PKWY S LS 1 $ -31 i 1,43 bo $ 31,1.43.00 (SR 161)& S 352ND ST TRAFFIC SIGNAL SYSTEM, 26 8-20 COMPLETE-S 344TH ST&16TH LS 1 $ 49113q.0 $ 49,739.0o AVE S TRAFFIC SIGNAL SYSTEM, 27 8-20 COMPLETE-SR 18&1-5 SB LS 1 $ ssiq�� 00 $ �S,g01.00 TRAFFIC SIGNAL SYSTEM, 28 8-20 COMPLETE-ENCHANTED PKWY S LS 1 b 5,106 40 i$ 65,l ob,00 I(SR1611&SIR 18 WB TRAFFIC SIGNAL SYSTEM, 29 8-20 COMPLETE-ENCHANTED PKWY S LS 1 $ 11112q.00 $ 31,12A.00 (SR 161)& MILTON RD S 'TRAFFIC SIGNAL SYSTEM, 30 I 8-20 COMPLETE-ENCHANTED PKWY S LS 1 J$ 401q71.00 1$ W ig7l•00 (SR 161)& 19TH WAY S TOTAL-SCHEDULE A$gg0,u3.Ob CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 RFB-9 PROJECT#202 and 2161 RFB#19-011 CFW RFB VERSION 2019 06.11 _rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE B:CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS—PHASE 3 (BASE BID) All unit prices shall include applicable sales tax(Roadway Improvements) Item Spec. i Bid Item Description Unit Plan Unit Price Amount No. Div. afty 1 1-04 UNEXPECTED SITE CHANGES FA 1 $5,000 $5,000 2 1-09 MOBILIZATION LS 1 $50,DOD•00 $ $0,000.00 3 1-10 PROJECT TEMPORARY TRAFFIC LS 1 $ 55,000.00 $ SS,00D•00 CONTROL 4 1-10 �OFFICERY UNIFORMED POLICE HR 40 $ 110.00 $ 5 8-02 PROPERTY RESTORATION FA 1 $5,000 $5,000 SPILL PREVENTION, CONTROL, AND 6 1-07 COUNTERMEASURES PLAN LS 1 $1I5D0.00 $ 11500.06 TRAFFIC SIGNAL SYSTEM, 7 8-20 COMPLETE—S 316TH ST&SR 99 LS 1 $ 30,10T Q.00 $ 10,629-00 8 8-20 TRAFFIC SIGNAL SYSTEM, LS 1 $ LIZ t��(g 00 $ 47,429-00 COMPLETE—S 312TH ST&SR 99 (TRAFFIC SIGNAL SYSTEM, 9 8-20 (COMPLETE—S 312TH ST&14TH LS 1 $ 14,169,01) $ '_y j 6$.00 (AVE S ,TRAFFIC SIGNAL SYSTEM, 10 8-20 COMPLETE—DASH PT RD&11TH LS 1 $ $ 33,643-00 _PL S TRAFFIC SIGNAL SYSTEM, 11 8-20 ;COMPLETE—DASH PT RD&16TH LS 1 $ 12,419.00 $ 1 Z,1fI g.0b 1.4 AVE S 12 8-20 OMPLETE—SIGSR AL 9&DASH PT RD LS 1 is $ 21,329-00 13 8-20 TRAFFIC SIGNAL SYSTEM, LS 1 $ ?A094-00 $ ZA j0%+.00 COMPLETE—SR 99&S 276TH ST 14 8-20 TRAFFIC SIGNAL SYSTEM, LS 1 $ b b 62.00 COMPLETE—SR 99&S288THST i5 $ 66,5b� Db f 15 8-20 TRAFFIC SIGNAL SYSTEM, COMPLETE—SR 99&S 304TH ST LS 1 $ 17 13 2Z.00 $ 39,310-00 16 8-20 TRAFFIC SIGNAL SYSTEM, LS 1 $ 391166,00 $ 39,746.00 COMPLETE—SR 99&S 308TH ST TRAFFIC SIGNAL SYSTEM, 17 8-20 1COMPLETE—S 288TH ST&18TH LS 1 I$ S4-1063 .00 $ 3410103.00 AVE S TRAFFIC SIGNAL SYSTEM, VV 18 8-20 COMPLETE—S 304TH ST&28TH LS 1 I$ Z7 4qq,00 $ T7,4 9 q.0 0 AVE S CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 RFB-10 PROJECT#202 and 2161 RFB#19-011 CFW RFB VERSION 2019 06.11 -rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal TRAFFIC SIGNAL SYSTEM, 19 8-20 COMPLETE—MILITARY RD S&S LS 1 $ 31,g 3g.00 $ 32, M-00 38.00 STAR LAKE RD TRAFFIC SIGNAL SYSTEM, 20 8-20 ,COMPLETE—MILITARY RDS&31ST LS 1 $ 15,109.00 $ (51709.00 I AVE S I TRAFFIC SIGNAL SYSTEM, 21 8-20 COMPLETE—MILITARY RD S&S LS 1 $ 36+116.00 $ 36171b '00 288TH ST TRAFFIC SIGNAL SYSTEM, 22 8-20 COMPLETE—MILITARY RDS&S LS 1 $416,191,00 $ 4-6,79( ,00 304TH ST TOTAL—SCHEDULE B $ 660,M.00 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-11 PROJECT#202 and 216/RFS#19-011 CFWRFB VERSION 2099.06.11 ?rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa.com - Always Verify Scal SCI?EDULE C: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM— ITS IMPROVEMENTS—PHASE 1 & 2; (ALTERNATIVE 1) j All unit prices shall include a ;r_.,ble sales tax (Roadf e y Improvements) Item Spec. Bid Item Description Unit Plan Unit Price Amount 1 No. Div. Qt TRAFFIC SIGNAL SYSTEM, 1 8-20 COMPLETE—S 324TH ST & SR 99 LS 1 $ 30,149.00 $ 30,1LH-00 TRAFFIC SIGNAL SYSTEM, 2 8-20 COMPLETE S 320TH ST &11TH PL LS 1 $ 301644-00 $ 30,04.00 S TRAFFIC SIGNAL SYSTEM, 3 8-20 COMPLETE—S 348TH ST (SR 18) & LS 1 $ $ 1114.0b ENCHANTED PKWY S (SR 161)/16TH �J�, 4 Ob 37, ,AVE S TOTAL—SCHEDULE C $q 2,$07.00 SCHEDULE D: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS—PHASE 1 & 2 AND PHASE 3 (ALTERNATIVE 2) All unit pnc,C s shall include aprlicable sales tax (Roadifljav fmrjrcver-=lints) Item Spec. Bid Item Description Unit I Plan Unit Price Amount No. Div. Qtv 1 9-29 HYBRID RADAR/VIDEO DETECTION EA 1 $ 'j,SZ$.00 $ 5,52$-Ob CAMERA (MATERIAL ONLY) HYBRID RADARIVIDEO DETECTION 2 9-29 CABINET INTERFACE UNIT EA 1 $ (217-41.00 $ 1212.111.00 MATERIAL ONLY) TOTAL—SCHEDULE D$ 1q,117.00 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 RFB-12 PROJECT#202 and 2161 RFS#19-011 //�1CFW RFS I 11VERSION 2019 06 11 rovided to Builders Exchange of WA, Inc Fof��"Fg' 4` _Rigidns Agreement see www.bxwa.com - Always Verify Scal BID SUMMARY(BASE BID ITEM BID AMOUNT SCHEDULE A: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— $ 110,115.00 PHASE 1 & 2 (BASE BID) SCHEDULE B: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— PHASE3 $ bb���31•�0 (BASE BID) TOTAL BID AMOUNT (including Washington State sales tax, all other $ �,b50,250,00 government taxes. assessments and charges EIS S UR14f.,iV1;,': f_A '71 E'5N71'(T]VsSI ITEM BID AMOUNT SCHEDULE C: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— q PHASE'I &2 AND PHASE 3 $ (ALTERNATIVE 1) SCHEDULE D: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— PHASE 1 &2 AND PHASE 3 $ �,11 •�� (ALTERNATIVE 2) TOTAL BID AMOUNT (including Washington State sales tax, all other $ 116,W4.00 government taxes, assessments and charges) The documents incorporated by reference, as if fully set forth, are the Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. Pursuant to and in compliance with the Advertisement for Bids for the Project, and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the referenced bid amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. NON-COLLUSION AFFIDAVIT By signing this proposal, the undersigned acknowledges that the person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this project. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 RFB-13 PROJECT#202 and 216/RFB#19-011 CFWRFB VERSION 2019.06.11 ?rovided to Builders Exchange of WA, Inc_ For usage Conditions Agreement see www.bxwa.com - Always Verify Scal To report rigging activities, call 1-800-424-9071. The U.S. Department of Transportation (USDOT) operates the 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. CONFLICTS OF INTEREST, GRATUITIES.& HOra-COMPETITIVE PRACTICES By signing this proposal, the undersigned agrees as follows: (1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and/or provided under this contract and that it shall not employ any person or agent having any such interests. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action immediately to eliminate the conflict or to withdraw from this contract, as the City may require;and (2) That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor have been employed or retained to solicit or secure this contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid;and (3) That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of the City or other governmental agency with a view toward securing this contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this contract. 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 U.S.C. 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. Receipt of the following Addendums is hereby acknowledged: Addendum No. J. Date Issued: �0 S Addendum No. 2 Date Issued: Addendum No Date Issued: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-14 PROJECT#202 and 2161 RFS#19-011 CFW RFB VERSION 2019 06.11 -iovided to Builders Exchange of WA, Inc_ For usage Conditions Agreement see www.bxwa_com - Always Verify Scal 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. By :�rr�iaa ur v Homed Nam aagr,r Titi Subscribed and sworn to before me this day of 166V , 20_d f �•`•`gvigMlllfqq++r•R .rV��i� ��� /��� ••• .� M.:.:� ~e,` Signature of Notary OTAR Printed name of Notary ' Notar' -7�/olic n rcf rfr "• PUBLIC " f ! � � a ter .Sate-���rt�ast�irrron ' My corrlmrssron exr�irvs 5 S- G 3 e""Jillll U Il t11l CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 RFB-15 PROJECT#202 and 216/RFB#19.011 CFW RFD VERSION 2019 06.11 erovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BID BOND CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM - ITS IMPROVEMENTS - PHASE 1 & 2 AND PHASE 3 OPTION 1: BID BOND DEPOSIT Attached is a deposit in the form of a certified check, cashier's check, or cash in the amount of $ which amount is not less than five percent (5%) of the total bid Principal-Signature of Authorized Official Date Title —OR— OPTION 2: BID BOND KNOW ALL PERSONS BY THESE PRESENTS that we, Northeast Electric,LLC, as Principal, and Merchants liondin�Company rMU'rULAJJ- , as Surety, are held and firmly bound unto the City of Federal Way, as Obligee, in the sum of five (5) percent of the total amount of the bid proposal 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 the above- mentioned Project according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or If the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the amount of this bond SIGNED SEALED AND DATED THIS 25th DAY OF October 2019 Nott Electric,LLC fyer h nls Bonding Company kN9JTUdW Prinoi -Sig `a Authorized Official Surety-Attorney in Fact (Attach Power of Attorney) Tyoq1 i' vi r Nicholas Fredrickson,Attorney-in-Fact Title Name and Address of Local Office/Agent of Surety Company is: Parker.Smith&Feek. Inc. 2233 112th Avenue NE Bellevue,WA 98004 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 RFB-16 PROJECT#202 and 216 i RFB#19-011 CFW RFB VERSION 2019 06 11 widen to Builders Exchange oL :A, Inc Fir lsage Ccnditions Agreer,.ent see www.bxwa com - Always Verify Scal M ERC HANTS BONDING COMPANY-. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Abigail A Bonney;Andrew P Larsen;Carly C Fehringer;Christin M Hubble;Deanna M French;Drew Neessen;Elizabeth R Hahn;Guy P Arnr ield; Jana M Roy;John M Miller;Mariah Sansone;Marie I Matetich;Mason Michael Marks;Mindee L Rankin;Nicholas Fredrickson;Roger Kaltenbach; Ronald J Lange;Sandy L Boswell;Scott A Garcia;Scott Fisher;Scott McGilvray;Shelley R Cardiel;Susan B Larson;William M Smith their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary,Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fad includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 15th day of October 2019 If 11Af..• ,,.y•••,ei Ar''pt%O tot q�`'•., .• tiHG CQ ORP 01?4.. ': •• ': CPQ; 'Oq•, MERCHANTS BONDING COMPANY(MUTUAL) MERCHANTS NATIONAL BONDING,INC. 2003 1933 �'�; By7� STATE OF IOWA .''...:.....�^`'� •'•"'"•••••• COUNTY OF DALLAS ss. On this this 15th day of October 2019 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ALICIA K.GRAM Commission Number 767430 My Commission Expires April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 25 day of October 2019 00 1�0 N44 \tkr co • TOO CO q 2003 ;G]• •let,'r t933 �.C: Secretary POA 0018 (3/17) .`"'YA SUBCONTRACTOR LIST Local AQerr-.y Mame CITY OF FEDERAL WAY Local Agency Subcontractor List Local AQem y Address 33325 8TH AVE S FreFa+'ed;n oempsance worn RCW 39.30.060 as amenneo FEDERAL WAY,WA 98403 To Be Submitted with the Bid Proposal Project Name Failure to list subl.ontr cwrs with whom tate Ndc;ier. if awarridthe contract,will directly subcontract for " IL Z AN0 3 performance of 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 naming more:flan one subcontrartorto perforin the same work will result In your bid being non-responsive and therefore void. Subcontraeter(s)with whom the bidder will directly subcontract that are proposed to perform the work of heating. ventilation and air conditioning,plumbing,as described in Chapter 1.8.146 RCW,and electrical as described In Chapter 1928 RCW must be listed below. The work to be performed is to be fisted below the subcontractor(s)name. To t"_7le[l[�11 Pro,-ryc-i w..-iiAe! one 1r n1or@ e3i brPP_S ?f In RCW 3 30_0130.and rlU titli}1"...Inrs]f:�:`rf its ,..;�jl i G�7'°'fi, ,� "il •_� fly. ..6 -r;I"?i114-d 0". rl1 w 61jS b-�n.ifl,,:1i'[i l''.' ,1 r ,�. 0-5 �url,:'il,tl '_tin rwilo ,'ail! 110i CntltMl ".°tri"c-dy with"tie Lirlrtar;_ _ Subcontractor Name -NIA _ Work to be Perfonned Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed 'Sidder's are notified that Is the opinion of the enforcement agency that PVC or metal conduit,junction boxes,etc,afe considered electrical equipment and therefore considered part of electrical work,even if the installation is for futurle use and no wiring or electrical current is connected during the project. SR 00T Faun 271-015A EF Rev%ed C 92012 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 RFB-17 PROJECT#202 and 2161 RFB#19-011 CF W RFB VERSION 2019 06.11 _Dvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION 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: N O Y Q01 clf4ric . (_C Print Full Legal Name of Firm By: / —Fro., g Signature of Auth Wed Person Print Ndme of Person MWng Certifications for Firm Title: MQV) , 2 Place*W0(661 . _WPT Title of PersdA Signing Certificate Print City and State"ere Signed Date: dv51W1q CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 RFB-18 PROJECT#202 and 2161 RFB#19-011 CFWRFB VERSION 2019.06 11 ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSAL FOR INCORPORATING RECYCLED MATERIALS APWA-WA Division 1 Committee rev.1/8/2016 Proposal for Incorporating Recycled Materials Into the Project In compliance with a new law that went into effect January 1,2016(SHB 1695), the Bidder shall propose below,the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9-03.21(1)E,Table on Maximum Allowable Percent(By Weight) of Recycled Material,of the Standard Specifications_ Proposed total percentage: 0010 percent. Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference,and will not affect the determination ofewardf unless two or more lowest responsh a Bid totals are exaclfy equal, in which case proposed recycling percentages will be used as a tie-breaker,per the APWA GSP in Section 9-03.9 of the Special Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders wilt be required to report on recycled materials actually incorporated info the Project, in accordance with the APWA GSP in Section 1-06.6 of the Specie]Provisions. Bidder. + C � Signature of Authorized Official �� Date: 10 f.•5+2DJ,- CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 RFB-19 PROJECT#202 and 2161 RFB#19-011 CFW RFB VERSION 2019.06.11 _ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa com - Always Verify Scal PUBLIC WORKS CONTRACT THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of 620 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and Northeast Electric, LLC, a Limited Liability Company ("Contractor"), for the project known as Citywide Adaptive Signal Control System— ITS Improvements—Phase 1 &2 and Phase 3 (the "Project"). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to complete the Project; 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 Contractor shall perform all Work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the Project. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors and in accordance with and as described in 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. 2. TERM 2.1 This Contract shall commence on the effective date of this Contract and continue until the Project is formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and all bonds for the Project are released by the City. 2.2 The Contractor must complete the Work in accordance with the number of Working Days for the Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of the Project and diverting City resources from other projects and obligations. It is impractical and difficult to calculate the actual costs and impacts of such delays. The parties therefore agree that the formula for calculating liquidated damages as set forth in the Contract Documents is an appropriate formula and will result in a reasonable approximation of the City's damages in the event of delay. 2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the Engineer in accordance with the Contract Documents. Any request for a time extension or additional compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages, or other relief (including expectancy or consequential damages) as a result of the event or condition giving rise to such request. 3. COMPENSATION 3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed One Million Six-Hundred Forty Nine Thousand Nine-Hundered Eighty and 00/100 Dollars ($ 1,649,980.00), which amount shall constitute full and complete payment by the City ("Total Compensation"). 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. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-20 PROJECT#202 and 216/ RFB#19-011 CFW RFB VERSION 2019.06 11 3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid Proposal, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract Documents. 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 and absolute discretion, which shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 3.3 In addition to the requirements set forth in the Contract Documents, the Contractor shall maintain Project cost records by cost codes and shall contemporaneously segregate and separately record, at the time incurred, all costs (1) directly associated with each work activity, (2) directly or indirectly resulting from any event, occurrence, condition, or direction for which Contractor seeks an adjustment in Contract price Contract time, or related to any other Claim or protest. Any work performed for which Contractor intends to seek an adjustment in Contract Price or Contract Time, or related to any other Claim or protest, shall be recorded on the same day the work is performed and kept separate so as to distinguish it from Contract Work. 4. INDEPENDENT CONTRACTOR 4.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall not conduct itself as nor claim to be an officer or employee of the City. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. Nothing contained in this Contract shall create a contractual or direct relationship with or a cause of action in favor of a Subcontractor or third party against the City, or by the Contractor against the Engineer, or against any of their agents, employees, engineers, or consultants. 4.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 5. INDEMNIFICATION 5.1 Contractor Indemnification. 5.1.1 The Contractor shall indemnify, defend, and hold the City, its elected officials, officers, employees, agents, consultants, and volunteers (collectively "the Indemnified Parties") harmless from any costs or losses, and pay and damages or judgments, related to any claim brought by any person employed in any capacity by the Contractor or subcontractor or supplier (of any tier) performing the Work, with respect to the payment of wages, salaries, or other compensation or benefits including but not limited to benefits such as medical, health, retirement, vacation, sick leave, etc. 5.1.2. To the fullest extent permitted by law, the Contractor shall defend, release, indemnify, and hold harmless the City and the Indemnified Parties for, from, and against any and all claims, demands, losses, costs, damages, suits, actions, expenses, fines, penalties, response costs, and liabilities (including costs and all attorney and expert fees and internal personnel costs of investigation) of whatsoever kind or nature to the extent arising from, resulting from, connected with, or incident to the Contractor's performance or failure to perform this Contract or the Work or its breach of this Contract; provided, however, that if the provisions of RCW 4.24.155 apply to the Work and any injuries to persons or property arising out of the performance of this Contract are caused by or result from the concurrent negligence of the Contractor or its subcontractors, agents, employees, or anyone for whom they are legally liable, and an Indemnified Party, the indemnification and defense obligations under this Section 5.1.2 apply only to the extent of the negligence of the Contractor, its subcontractors, agents, employees, and anyone for whom they are legally liable. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-21 PROJECT#202 and 216/RFB#19-011 CFW RFB VERSION 2019.06.11 5.1.3 Contractor specifically assumes potential liability for actions brought by the Contractor's own employees or former employees against any Indemnified Party, and for that purpose Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Provided, however, the Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does not include, or extend to, any claims by the Contractor's employee directly against the Contractor. The Contractor recognizes that this waiver was specifically entered into. 5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of the Contract Documents and assumes all risk thereof. 5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any applicable statute of repose with respect to claims, fines, costs or damages brought or made against any Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract. 5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the City may, in the City's sole discretion, release such funds if the Contractor provides the City with adequate assurance of the protection of the City's and the other Indemnified Parties interests. 5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each Subcontractor to indemnify and defend the City and the Indemnified Parties in the same manner, to the same extent, and for the same duration as Contractor agrees to indemnify and defend the City and the Indemnified Parties in this Section 5. 6. 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, whether or not required to be furnished to the City, shall become the property of the City, shall be delivered to the City at its request, and may be used by the City without restriction. 7. PATENTS, COPYRIGHTS, AND RIGHTS IN DATA 7.1 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. 7.2 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"), is hereby irrevocably transferred and assigned to the City and 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. The Contractor shall execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers contemplated in Sections 6 and 7. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-22 PROJECT#202 and 216/RFB#19-011 CFW RFB VERSION 2019.06 11 7.3 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. 7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are included in each subcontract for the work on the Project. 8. GENERAL PROVISIONS 8.1 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. In entering into this Contract, neither party has relied upon any statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except for those expressly contained in the Contract Documents. 8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. 8.3 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 in accordance with the Contract Documents. 8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally issue a Change Order at any time making changes within the general scope of the Contract, without invalidating the Contract and without providing notice to sureties_ The City's issuance of a unilateral Change Order shall not be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or fraud. 8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision, any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the Bid or Contract price of the Work to calculate any additional compensation or money owed to the Contractor shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site; (vi) claims consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or(ix) any other special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors, or suppliers. 8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-23 PROJECT#202 and 216/RFB#19-011 CFW RFB VERSION 2019.06.11 responsible for any resulting loss or damage, and repairs, incurred by the City as a result of the manufacturer's or supplier's refusal to honor such guarantee or warranty. This obligation survives termination of this Contract. 8.7 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. 8.8 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. 8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims, action, or dispute. 8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 8.12 Sole Authority/Discretion/Judgment. Where the Contract Documents provide the City or its Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be considered unconditional and absolute. 8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 8.14 Authorily. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed professional engineer or an engineering company and does not import any additional obligations upon the actions of the Engineer that may govern licensed professional engineers when performing engineering services. The Engineer for this Project is designated as: Naveen Chandra, P.E., Senior Capital Engineer CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-24 PROJECT#202 and 216/ RFB#19-011 CFW RFB VERSION 2019.06.11 8.16 N,,of c es. Any notices required to be given to Contractor or to the Engineer shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. CONTRACTOR Company: Northeast Electric, LLC Attn: Troy Halberg Street Address: 1780 Down River Drive City, State, Zip: Woodland, WA 98674 ENGINEER: City of Federal Way Attn: Naveen Chandra, P.E., Senior Capital Engineer 33325 8th Ave S Federal Way,WA 98003 8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 8.18 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. 8.19 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and void, at the City's option. 9. PERFORMANCE/PAYMENT BOND Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes, liabilities, increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. DATED the day and year set forth above. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-25 PROJECT#202 and 216/ RFB#19-011 CFW RFB VERSION 2019.06.11 CITY O FEDERAL WAY CONTRACTOR Old— r errell, Mayor Signatui-4 of Author ed Individual 325 8th Avenue South Federal Way, WA 98003-6325 Tr o,I H A I htr-t Printed Name of Au onzed Individual ATTEST: 1180 UOWn 1ZkV-tT- &J�v �ny� Street Address MpIlanie Courtney, CI C, City Clerk W4 VA APPROVED AS TO FORM: City, State, Zip .-;W fvrJ. Ryan Call, City Attorney NOTARY OF CONTRACTOR'S SIGNATURE STATE OF WASHINGTON ) COUNTY OFss' On ) On thi day persona ly appeared before me I� to me known to be the of c' at executed the foregoing instrument, and acknowledge a said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the) corporate seal of said corporation. GIVEN my hand and official seal this I day of 20� yrnruaClreAlrrlrrr°° ,it�5 05y" ,p r, (typed/printed name of notary) fit-: +a ���'•, Notary Public in and for th Sfate of Washington. ��NRY �,�'• _ My commission expires CIO °1rr° OF °°1111111111111y1 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM– ITS IMPROVEMENTS– CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-26 PROJECT#202 and 2161 RFB#19-011 CFW RFB VERSION 2019.06.11 SAMPLE CONTRACT CHANGE ORDER PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The time provided for completion in the Contract is ❑ Unchanged ❑ Increased by Working Day(s) ❑ Decreased by Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: ,INCREASE $ DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ NEW CONTRACT AMOUNT $ 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. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-27 PROJECT#202 and 216/RFB#19-011 CFW RFB VERSION 2019.06.11 claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. CONT TO 'S §11MATURE DATE PUBLIC WORKS DIRECTOR DATE Contract Change Order provided for Contractor's reference. Change orders executed during the project will use this fon-n. � CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-28 PROJECT#202 and 2161 RFB#19-011 CFW RFB VERSION 2019.06.11 City of Federal Way 33325 8th Ave. South Federal Way,WA 98003 THIS PAGE INTENTIONALLY LEFT BLANK ,-:, A�n ". CERTIFICATE OF LIABILITY INSURANCE DA 11/22/2019 TE ' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME- Parker,Smith&Feek,Inc. PHONE 425-709-3600 FOx 425-709-7460- 2233 112th Avenue NE Akc"Nn,1a. rnrc No): E-MAIL Bellevue,WA 98004 Ad{7RE5$ INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Valley Forge Insurance Company INSURED Northeast Electric,LLC INSURER B: Continental Insurance CO. --- 1780 Down River Dr. INSURER_c: Woodland,WA 98674 INSURER D: 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 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 ADDL SLI'IIR l POLICY EFF POLICY EXP LTR TYPE OF INSURANCEINSR POLICY NUMBER (MMIDDrCCM Mm0l)IYYYY LIMITS A GENERAL LIABILITY 5095022001 04/07/2019 04/07/2020 EACH OCCURRENCE Is 1.000.000 x COMMERCIAL GENERAL LIABILITY X DANE ( REN r=J 500,000 REMGE S£S(E o currenr,.^ $ CLAIMS-MADE FxI OCCUR MED EXP(Any one person) $ 15,000 X PD Ded:$10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG _$ 2,000,000 POLICY f PR O- . LOC I $ A AUTOMOBILE LIABILITY 5091530636 04/07/2019 04/07/2020 Eoa aBCcicEeptstNGLE LIMIT $ 1,000,000 X ANY AUTO X BODILY INJURY(Per person) $ ALL OWNEDSCHEDULED (Per accident)AUTOS AUTOS ( )BODILY INJURY Pident $ NON-OWNED PROPERTY DAMAGE �$ HIRED AUTOS AUTOS Per accdent $- B UMBRELLA LIABX OCCUR 5091530667 04/07/2019 04/07/2020 EACH OCCURRENCE $ 3,000,•000 X EXCESS LIAB CLAIMS-MADE X AGGREGATE $ 3,000,000 DED X RETENTION$ 10,000 A WORKERS COMPENSATION 5095022001 WCYTATU- I X 1OTHH-- AND EMPLOYERS'LIABILITY 04/07/2019 04/07/2020 - - - ANYPROPRIETOR/PARTNER/EXECUTIVE YIN `"WA Stop Gap/Employers E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? NIA Liability (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT $ A Pollution Liability 509502200104/07/2019 04/07/2020 1,000,000/2,000,000 Limited Pollution Liability DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Addltlonal Remarks Schedule,If more space Is required) Citywide Adaptive Signal Control System Contract-PROJECT#202 and 216/RFB#19-011 City of Federal Way and and its officers,elected officials,employees,agents,and volunteers and Consultants hired by the Contracting Agency for design, construction support,or materials testing.are additional insureds on the general liability,automobile,and excess liability policies per the attached endorsements/forms... (See Attached Description) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Federal Way 33325 8th Ave.South AUTHORIZED REPRESENTATIVE Federal Way,WA 98003 �]f � ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD THIS PAGE INTENTIONALLY LEFT BLANK DESCRIPTIONS (Continued from Page 1 ) Coverage is primary and non-contributory on the general liability,automobile,and excess liability policies per the attached endorsements/forms. CANCELS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE. i THIS PAGE INTENTIONALLY LEFT BLANK Blanket Additional Insured - Owners, Lessees or Contractors -with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage;and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition,or 10-01 edition of CG2010,or under the 10-01 edition of CG2037;or B. additional insured coverage with"arising out of language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I.above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance,the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract;or B. a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage,or personal and advertising injury arising out of: A. the rendering of,or the failure to render, any professional architectural, engineering,or surveying services, including: 1. the preparing,approving, or failing to prepare or approve maps,shop drawings, opinions, reports, surveys, field orders,change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities;or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS,the Condition entitled Other Insurance is amended to add the following,which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: Primary and Noncontributory Insurance CNA75079XX(10-16) Policy No: Page 1 of 2 Endorsement No: Company Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 47901449 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 2 of 20 70'20 THIS PAGE INTENTIONALLY LEFT BLANK CNAContractors' General Liability Extension Endorsement This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE-PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence,for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products-completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products- completed operations hazard will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables,the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: CNA74705XX(1-15) Policy No: Page 8 of 17 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 97901999 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 9/1/2019 10:91:58 AM (PDT) I Page 11 of 20 9 of 20 THIS PAGE INTENTIONALLY LEFT BLANK i I CNAContractors' General Liability Extension Endorsement 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within theproducts-com leted operations hazard. 2. ADDITIONAL INSURED-PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2.,the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY—EXPANDED DEFINITION Under DEFINITIONS,the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3.in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture;or CNA74705XX(1-15) Policy No: Page 4 of 17 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 47901449 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 7 of 20 11 or�6 THIS PAGE INTENTIONALLY LEFT BLANK MAlk CN 9XX (Ed.4 (Ed.4/12) 5091530636 Northeast Electric LLC THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS - This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1.,Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.I. does not apply to any such entity that is an "insured" under any other liability"policy" providing "auto"coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) "Bodily injury" or"property damage" caused by an "accident"that occurred before you acquired or formed the organization; or (2) Any such organization that is an "insured" under any other liability "policy" providing "auto" coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an "insured" but only with respect to their legal liability for acts or omissions of a person, who qualifies as an "insured" under Section II —Who Is An Insured and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force;or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2)and A.2. (4) are revised as follows: 1. In a.(2),the limit for the cost of bail bonds is changed from $2,000 to$5,000; and 2. In a.(4),the limit for the loss of earnings is changed from $250 to$500 a day. C. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. CNA63359XX Copyright,CNA Corporation,2000. Page 1 of 4 (Ed.4/12) Includes copyrighted material of the Insurance Services Office used with its permission. 97901950 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 9/1/2019 10:91:58 AM (PDT) I Page 21 of 29 13 of 20 THIS PAGE INTENTIONALLY LEFT BLANK CNA63359XX CNA (Ed.4/12) C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. —OtF er insurance The following is added to Section IV, Paragraph B.S.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis.This provision is applicable only when required by a written contract. That written contract must have been entered into prior to"Accident" or"Loss". o icyPerio�, Coverage Territory Section IV, Paragraph B.7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V.paragraph C. is deleted and replaced by the following: "Bodily injury"means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. CNA63359XX Page 4 of 4 (Ed.4/12) 97901950 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 9/1/2019 10:91:58 AM (PDT) I Page 29 of 29 15 of 20 QLD00) THIS PAGE INTENTIONALLY LEFT BLANK is of 20 (cLDno) CNA Paramount Excess and Umbrella Liability CMA, Policy D. Coverage D - Key Employee Exclusions With respect to Coverage D — Key Employee, this insurance does not apply to any actual or alleged: 1. Death or Disability death or permanent disability of a key employee relating to, or arising out of: a. nuclear reaction or radiation or radioactive contamination, however caused; b. sickness or disease, including mental illness or mental injury; c. pregnancy, childbirth, miscarriage or abortion; d. suicide, attempted suicide or self inflicted bodily injury, while sane or insane; e. the key employee's intoxication, impairment or otherwise being under the influence of alcohol or controlled substances; f. war, including undeclared or civil war; g. warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or h. insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. 2. Other Expenses a. expenses the Named Insured incurs which the Named Insured would not have incurred if the Named Insured had used all reasonable means to: i. find a permanent replacement for the key employee; and ii. reduce or discontinue the key employee replacement expense; as soon as possible after the Named Insured's permanent loss of the services of the key employee caused by a covered accident. b. additional expenses incurred due to the Named Insured's loss of the services of a permanent replacement appointed or hired to replace a key employee, however caused. However, this exclusion does not apply if the replacement employee is included in the definition as a key employee and the Named Insured's loss of the services of the replacement employee is caused by a covered accident. IV. WHO IS AN INSURED The following persons or organizations are Insureds. A. With respect to Coverage A - Excess Follow Form Liability, the Named Insured and any persons or organizations included as an insured under the provisions of underlying insurance are Insureds, and then only for the same coverage, except for limits of insurance, afforded under such underlying insurance. B. With respect to the Coverage B - Umbrella Liability: 1. If the Named Insured is designated in the Declarations of this Policy as: a. an individual, the Named Insured and the Named Insured's spouse are Insureds, but only with respect to the conduct of a business of which the Named Insured is the sole owner. b. a partnership or joint venture, the Named Insured is an Insured. The Named Insured's members, the Named Insured's partners, and their spouses are also Insureds, but only with respect to the conduct of the Named Insured's business. Form No:CNA75504XX (03-2015) Policy No:CUE 5091530667 Policy Page: 14 of 32 Policy Effective Date:04/07/2019 Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 Policy Page: 25 of 52 ®Copyright CNA All Rights Reserved. THIS PAGE INTENTIONALLY LEFT BLANK CNA Paramount Excess and Umbrella Liability Police or organization which may be liable to the Insured because of injury or damage to which this insurance may also apply; and vi. will not voluntarily make a payment, except at its own cost, assume any obligation, or incur any expense, other than for first aid, without the Insurer's prior consent. 3. Cooperation With respect to both Coverage A - Excess Follow Form Liability and Coverage B — Umbrella Liability, the Named Insured will cooperate with the Insurer in addressing all claims required to be reported to the Insurer in accordance with this paragraph O. Notice of Claims/Crisis Management Event/Covered Accident, and refuse, except solely at its own cost, to voluntarily, without the Insurer's approval, make any payment, admit liability, assume any obligation or incur any expense related thereto. P. Notices Any notices required to be given by an Insured shall be submitted in writing to the Insurer at the address set forth in the Declarations of this Policy. Q. Other Insurance If the Insured is entitled to be indemnified or otherwise insured in whole or in part for any damages or defense costs by any valid and collectible other insurance for which the Insured otherwise would have been indemnified or otherwise insured in whole or in part by this Policy, the limits of insurance specified in the Declarations of this Policy shall apply in excess of, and shall not contribute to a claim, incident or such event covered by such other insurance. With respect to Coverage A — Excess Follow Form Liability only, if: a. the Named Insured has agreed in writing in a contract or agreement with a person or entity that this insurance would be primary and would not seek contribution from any other insurance available; b. Underlying Insurance includes that person or entity as an additional insured; and c. Underlying Insurance provides coverage on a primary and noncontributory basis as respects that person or entity; then this insurance is primary to and will not seek contribution from any insurance policy where that person or entity is a named insured. R. Premium All premium charges under this Policy will be computed according to the Insurer's rules and rating plans that apply at the inception of the current policy period. Premium charges may be paid to the Insurer or its authorized representative. S. In Rem Actions A quasi in rem action against any vessel owned or operated by or for a Named Insured, or chartered by or for a Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. T. Separation of Insureds Except with respect to the limits of insurance, and any rights or duties specifically assigned in this Policy to the First Named Insured, this insurance applies: 1. as if each Named Insured were the only Named Insured; and 2. separately to each Insured against whom a claim is made. U. Transfervbf Interest Form No:CNA75504XX(03-2015) Policy No:CUE 5091530667 Policy Page: 21 of 32 Policy Effective Date:04/07/2019 Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 Policy Page: 32 of 52 m Copyright CNA All Rights Reserved THIS PAGE INTENTIONALLY LEFT BLANK 20 of 20 DLDCin) CERTIFICATE OF INSURANCE Contractor's Certificate of InSUrance to be inserted here during Contract Execution CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-29 PROJECT#202 and 216/ RFB#19-011 CFW RFB VERSION 2019.06.11 Bond No.WAC 55359 PERFORMANCE AND PAYMENT BOND CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM — ITS IMPROVEMENTS — PHASE 1 & 2 AND PHASE 3 The City of Federal Way("City") has awarded to Noriliccast Flecu-ic,LLC ("Principal"), a contract for the construction of the above referenced project, and said Principal is required to furnish a bond for performance of all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code of Washington(RCW)and(where applicable)Chapter 60.28 RCW. The Principal, and i creams Bonding Company(MUWAL)('Surety"), a corporation organized under the laws of the State of Iowa and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Federal Way, in the sum of One Million.Six Hundred Forty-Nine Thousand Nine*US Dollars ($ 1,649,980.00 Total Contract Amount, subject to the provisions herein. *Hundred Eighty&00/100ths This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall: 1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms and conditions of all duly authorized modifications,additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled,this bond shall remain in force and effect;and 2) Pay all persons in accordance with Chapters 39.08, 39.12, and 60.28 RCW including all workers, laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully executed, original power of attorney for the office executing on behalf of the surety. PRINCIPAL: Northeast Electric,LLC SURETY: Merchants Bonding Company(MUTUAL) Prr'nW o?sigrrture Date Surety Signature Date 'Tri a Nicholas Fredrickson Printed!Name Printed Name Attorney-in-Fact r '4*4kfo l Title Title �', 1r M 0 O) w PA 14 Y � CITYWIDE ADAPTIVE SIGNAL CONTROL """-look. SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2AND PHASE 3 OCTOBER 2019 RFB-30 PROJECT#202 and 2161 RFB#19-011 CFWRFS VERSION2019,06.11 Page 31 Performance and Payment Bond Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale LOCAL OFFICEIAGENT OF SURETY: Parker.Smith&Feek. Inc. Name — - _ 2233 112th Avenue NE Street Address Bellevue.WA 98004 City, State, Zip 425-709-3600 Telc-pj zone BOND NO., WAC 55359 APPROVED AS TO FORM: __.. __ ... J. Ryan Call, City Attorney CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 RFB-31 PROJECT#202 and 2161 RFB#19-011 CFW RFB VERSION 201906 If Page 32 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale MERCHANTS"%k BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Abigail A Bonney;Andrew P Larsen;Carly C Fehringer;Christin M Hubble;Deanna M French;Drew Neessen;Elizabeth R Hahn;Guy P Armfield; Jana M Roy;John M Miller;Mariah Sansone;Marie I Matetich;Mason Michael Marks;Mindee L Rankin;Nicholas Fredrickson;Roger Kaltenbach; Ronald J Lange;Sandy L Boswell;Scott A Garcia;Scott Fisher;Scott McGilvray;Shelley R Cardiel;Susan B Larson;William M Smith their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 15th day of October 2019 rnr."J ••��'�pp A( F• Q D�� G�!�f• MERCHANTS BONDING COMPANY(MUTUAL) MERCHANT NATIONAL BONDING,INC. Y :4 2003 ;��; :y: 3933 c, By ±ed�W � ��,;: •~���� ,.s _��aC`� Pre€idznr STATE OF IOWA ' COUNTY OF DALLAS ss. On this this 15th day of October 2019 before me appeared Larry Taylor, to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �' ALICIA K.GRAM o, - :; Commission Number 767430 z My Commission Expires April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of 2019 •"p,'C 10 NQS • o ,o y.�y..�RPQRq .O . ,�6.�QlP�y�•gy.. t 2003 -�7; :y'• c,. Secretary POA 0018 (3/17) """ RETAINAGE BOND Bond No. WA 100714 KNOW ALL MEN BY THESE PRESENTS,that Northeast Electric,LLC as Principal authorized to do business in the State of Washington and Merchants Bonding Company(MUTUAL) as Surety, a corporation organized and existing under the laws of the State of Iowa and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto City of Federal Way as Obligee in the penal sum of f'irla -two Thousand Foul. Hundred Nme(-, And No/100THS Dollars ($ $82,499.00 _ ), which is 5% of the Principal's bid. WHEREAS, on the day of the said Principal, herein, executed a contract with the Obligee,for Citywide Adaptive Signal Control System-ITS Improvements-Phase 1 &2 and Phase 3 WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5%from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW, THEREFORE,the condition of this obligation is such that the Principal and Surety are held and bound unto the beneficiaries of the trust fund created by RCW 60.28 in the penal sum of 5%of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be retained,for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. This bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth for retained percentages in RCW 60.28. PROVIDED HOWEVER,that. 1. The liability of the Surety under this bond shall not exceed 5% of the total amount earned by the Principal if no monies are retained by the Obligee on estimates during the progress of construction. 2. Any suit under this bond must be instituted within the time period provided by applicable law. WITNESS our hands this day of ,3U 2019 Merchants Bonding Company(MUTUAL) Northeast Electric,LLC urety a rr Attin-Fact Nicholas Fredrickson Pae�cer;'with &Feek, Inc. 152 3 112"'Ave NE, Bellevue. WA 98004 T64 14A119,ro-i 114F'rf Ie and Address of Local Agent rincipal ERCHANT °° BONDING COMPANY,,, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Abigail A Bonney;Andrew P Larsen;Carly C Fehringer;Christin M Hubble;Deanna M French;Drew Neessen;Elizabeth R Hahn;Guy P Armfield; Jana M Roy;John M Miller;Mariah Sansone;Marie I Matetich;Mason Michael Marks;Mindee L Rankin;Nicholas Fredrickson;Roger Kaltenbach; Ronald J Lange;Sandy L Boswell;Scott A Garcia;Scott Fisher;Scott McGilvray;Shelley R Cardiel;Susan B Larson;William M Smith their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof.the Companies have caused this instrument to be signed and sealed this 15th day of October 2019 I r.r I { R' 0' Q �{pe . q' MERCHANTS BONDING COMPANY(MUTUAL) 9J;,� MERCHANTS NATIONAL BONDING,INC. V'y 2003 ;` ; =� 1933 7 .• ltl% ': ���•` President STATE OF IOWA ........... COUNTY OF DALLAS ss. On this this 15th day of October 2019 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ALICIA K.GRAM o " Commission Number767430 My Commission Expires " April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this day of 2019 .•...,. 2003 'i77' '_ 1533 c e aCC tory POA 0018 (3/17) '".. City of Federal Way Contract Provisions Citywide Adaptive Signal Control System— ITS Improvements— Phase 1 &2 and Phase 3 Project#202 and 216/ RFB#19-011 AMENDMENTS TO THE WSDOT STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION (REVISED JUNE 3, 2019) Amendments to the Standard Specifications (Revised June 3,2019) 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2018 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1-01.AP1 17 Section 1-01, Definitions and Terms 18 August 6, 2018 19 1-01.3 Definitions 20 The following new term and definition is inserted before the definition for"Shoulder": 21 22 Sensitive Area— Natural features, which may be previously altered by human activity, 23 that are present on or adjacent to the project location and protected, managed, or 24 regulated by local, tribal, state, or federal agencies. 25 26 The following new term and definition is inserted after the definition for"Working Drawings 27 28 WSDOT Form — Forms developed and maintained by WSDOT that are required or 29 available for use on a project. These forms can be downloaded from the forms 30 catalogue at: 31 32 http://wsdot.wa.gov/forms/pdfForms.html 33 34 1-02.AP 1 35 Section 1-02, Bid Procedures and Conditions 36 June 3, 2019 37 1-02.4(1) General 38 This section is supplemented with the following: 39 40 Prospective Bidders are advised that the Contracting Agency may include a partially 41 completed Washington State Department of Ecology (Ecology) Transfer of Coverage 42 (Ecology Form ECY 020-87a)for the Construction Stormwater General Permit 43 (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the 44 transfer of coverage of the CSWGP to the Contractor, an informational copy of the 45 Transfer of Coverage and the associated CSWGP will be included in the appendices. 46 As a condition of Section 1-03.3, the Contractor is required to complete sections I, III, 47 and VIII of the Transfer of Coverage and return the form to the Contracting Agency. 48 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-1 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 The Contracting Agency is responsible for compliance with the CSWGP until the end of 2 day that the Contract is executed. Beginning on the day after the Contract is executed, 3 the Contractor shall assume complete legal responsibility for compliance with the 4 CSWGP and full implementation of all conditions of the CSWGP as they apply to the 5 Contract Work. 6 7 1-02.5 Proposal Forms 8 The first sentence of the first paragraph is revised to read.- 9 ead:9 10 At the request of a Bidder, the Contracting Agency will provide a physical Proposal 11 Form for any project on which the Bidder is eligible to Bid. 12 13 1-02.6 Preparation of Proposal 14 Item number 1 of the second paragraph is revised to read: 15 16 1. A unit price for each item (omitting digits more than two places to the right of the 17 decimal point), 18 19 In the third sentence of the fourth paragraph, "WSDOT Form 422-031" is revised to read 20 "WSDOT Form 422-031 U". 21 22 The following new paragraph is inserted before the last paragraph: 23 24 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 25 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of 26 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A 27 Contractor Certification of Wage Law Compliance form is included in the Proposal 28 Forms. 29 30 1-02.13 Irregular Proposals 31 Item 1(h) is revised to read: 32 33 h. The Bidder fails to submit Underutilized Disadvantaged Business Enterprise Good 34 Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the 35 documentation that is submitted fails to demonstrate that a Good Faith Effort to 36 meet the Condition of Award was made; 37 38 Item 1(i) is revised to read the following three items: 39 40 i. The Bidder fails to submit a UDBE Bid Item Breakdown form, if applicable, as 41 required in Section 1-02.6, or if the documentation that is submitted fails to meet 42 the requirements of the Special Provisions; 43 44 j. The Bidder fails to submit UDBE Trucking Credit Forms, if applicable, as required in 45 Section 1-02.6, or if the documentation that is submitted fails to meet the 46 requirements of the Special Provisions; or 47 48 k. The Bid Proposal does not constitute a definite and unqualified offer to meet the 49 material terms of the Bid invitation. 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-2 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 1-03.AP 1 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 1-05.AP1 26 Section 1-05, Control of Work 27 August 6, 2018 28 1-05.5 Vacant 29 This section, including title, is revised to read: 30 31 1.05.5 Tolerances 32 Geometrical tolerances shall be measured from the points, lines, and surfaces defined 33 in Contract documents. 34 35 A plus (+)tolerance increases the amount or dimension to which it applies, or raises a 36 deviation from level. A minus (-)tolerance decreases the amount or dimension to which 37 it applies, or lowers a deviation from level. Where only one signed tolerance is specified 38 (+ or-), there is no specified tolerance in the opposing direction. 39 40 Tolerances shall not be cumulative. The most restrictive tolerance shall control. 41 42 Tolerances shall not extend the Work beyond the Right of Way or other legal 43 boundaries identified in the Contract documents. If application of tolerances causes the 44 extension of the Work beyond the Right of Way or legal boundaries, the tolerance shall 45 be reduced for that specific instance. 46 47 Tolerances shall not violate other Contract requirements. If application of tolerances 48 causes the Work to violate other Contract requirements, the tolerance shall be reduced CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-3 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 for that specific instance. If application of tolerances causes conflicts with other 2 components or aspects of the Work, the tolerance shall be reduced for that specific 3 instance. 4 5 1-05.9 Equipment 6 The following new paragraph is inserted before the first paragraph: 7 8 Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose 9 dirt and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and 10 undercarriage. The Engineer will reject equipment from the site until it returns clean. 11 12 This section is supplemented with the following: 13 14 Upon completion of the Work, the Contractor shall completely remove all loose dirt and 15 vegetative debris from equipment before removing it from the job site. 16 17 1-06.AP1 18 Section 1-06, Control of Material 19 January 7, 2019 20 1-06.1(3) Aggregate Source Approval (ASA) Database 21 This section is supplemented with the following: 22 23 Regardless of status of the source, whether listed or not listed in the ASA database the 24 source owner may be asked to provide testing results for toxicity in accordance with 25 Section 9-03.21(1). 26 27 1-06.2(2)D Quality Level Analysis 28 This section is supplemented with the following new subsection 29 30 1-06.2(2)D5 Quality Level Calculation - HMA Compaction 31 The procedures for determining the quality level and pay factor for HMA compaction are 32 as follows: 33 34 1. Determine the arithmetic mean, Xm, for compaction of the lot: 35 36 X Y x „ n 37 38 Where: 39 x = individual compaction test values for each sublot in the lot. 40 Yx = summation of individual compaction test values 41 n = total number test values 42 43 2. Compute the sample standard deviation, "S", for each constituent: 44 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-4 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) I S= ' nyx2 -(Y, - 1 n(rt-1� 2 3 Where: 4 5x2= summation of the squares of individual compaction test values 5 (2:x)2 = summation of the individual compaction test values squared 6 7 3. Compute the lower quality index (QJ 8 9 X -LSL L _ S 10 11 Where: 12 LSL = 92.0 13 14 4. Determine PL (the percent within the lower Specification limit which 15 corresponds to a given QL) from Table 1. For negative values of QL, PL is equal 16 to 100 minus the table PL. If the value of QL does not correspond exactly to a 17 figure in the table, use the next higher value. 18 19 5. Determine the quality level (the total percent within Specification limits) 20 21 Quality Level = PL 22 23 6. Using the quality level from step 5, determine the composite pay factor (CPF) 24 from Table 2. 25 26 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the 27 compaction lot; however, the maximum HMA compaction CPF using an LSL = 28 92.0 shall be 1.05. 29 30 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an 31 LSL = 91.5. The value thus determined shall be the HMA compaction CPF for 32 that lot; however, the maximum HMA compaction CPF using an LSL = 91.5 33 shall be 1.00. 34 35 1-06.2(2)D1 Quality Level Analysis 36 The following new sentence is inserted after the first sentence: 37 38 The quality level calculations for HMA compaction are completed using the formulas in 39 Section 1-06.2(2)D5. 40 41 1-06.2(2)D4 Quality Level Calculation 42 The first paragraph (excluding the numbered list) is revised to read: 43 44 The procedures for determining the quality level and pay factors for a material, other 45 than HMA compaction, are as follows: 46 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-5 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 1-06.6 Recycled Materials 2 The first three sentences of the second paragraph are revised to read: 3 4 The Contractor shall submit a Recycled Material Utilization Plan on WSDOT Form 350- 5 075A within 30 calendar days after the Contract is executed. The plan shall provide the 6 Contractor's anticipated usage of recycled concrete aggregates for meeting the 7 requirements of these Specifications. The quantity of recycled concrete aggregate will 8 be provided in tons and as a percentage of the Plan quantity for eligible material listed 9 in Section 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled 10 Material. 11 12 The last paragraph is revised to read: 13 14 Within 30 calendar days after Physical Completion, the Contractor shall report the 15 quantity of recycled concrete aggregates that were utilized in the construction of the 16 project for each eligible item listed in Section 9-03.21(1)E. The Contractor's report shall 17 be provided on WSDOT Form 350-075A, Recycled Materials Reporting. 18 19 1-06.6(1)A General 20 Item 1(a) in the second paragraph is revised to read: 21 22 a. The estimated costs for the Work for each material with 25 percent recycled 23 concrete aggregate. The cost estimate shall include for each material a 24 documented price quote from the supplier with the lowest total cost for the Work. 25 26 1-07.AP1 27 Section 1-07, Legal Relations and Responsibilities to the Public 28 April 1, 2019 29 1-07.5 Environmental Regulations 30 This section is supplemented with the following new subsections: 31 32 1-07.5(5) U.S. Army Corps of Engineers 33 When temporary fills are permitted, the Contractor shall remove fills in their entirety and 34 the affected areas returned to pre-construction elevations. 35 36 If a U.S. Army Corps of Engineers permit is noted in Section 1-07.6 of the Special 37 Provisions, the Contractor shall retain a copy of the permit or the verification letter(in 38 the case of a Nationwide Permit) on the worksite for the life of the Contract. The 39 Contractor shall provide copies of the permit or verification letter to all subcontractors 40 involved with the authorized work prior to their commencement of any work in waters of 41 the U.S. 42 43 1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service 44 The Contracting Agency will provide fish exclusion and handling services if the Work 45 dictates. However, if the Contractor discovers any fish stranded by the project and a 46 Contracting Agency biologist is not available, they shall immediately release the fish into 47 a flowing stream or open water. 48 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-6 PROJECT#202 and 2161 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 1-07.5(1) General 2 The first sentence is deleted and replaced with the following: 3 4 No Work shall occur within areas under the jurisdiction of resource agencies unless 5 authorized in the Contract. 6 7 The third paragraph is deleted. 8 9 1-07.5(2) State Department of Fish and Wildlife 10 This section is revised to read: 11 12 In doing the Work, the Contractor shall: 13 14 1. Not degrade water in a way that would harm fish, wildlife, or their habitat. 15 16 2. Not place materials below or remove them from the ordinary high water line 17 except as may be specified in the Contract. 18 19 3. Not allow equipment to enter waters of the State except as specified in the 20 Contract. 21 22 4. Revegetate in accordance with the Plans, unless the Special Provisions permit 23 otherwise. 24 25 5. Prevent any fish-threatening silt buildup on the bed or bottom of any body of 26 water. 27 28 6. Ensure continuous stream flow downstream of the Work area. 29 30 7. Dispose of any project debris by removal, burning, or placement above high- 31 water flows. 32 33 8. Immediately notify the Engineer and stop all work causing impacts, if at any 34 time, as a result of project activities, fish are observed in distress or a fish kill 35 occurs. 36 37 If the Work in (1) through (3) above differs little from what the Contract requires, the 38 Contracting Agency will measure and pay for it at unit Contract prices. But if Contract 39 items do not cover those areas, the Contracting Agency will pay pursuant to Section 1- 40 09.4. Work in (4)through (8) above shall be incidental to Contract pay items. /11 42 1-07.5(3) State Department of Ecology 43 This section is revised to read: 44 45 In doing the Work, the Contractor shall: 46 47 1. Comply with Washington State Water Quality Standards. 48 49 2. Perform Work in such a manner that all materials and substances not 50 specifically identified in the Contract documents to be placed in the water do CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-7 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 not enter waters of the State, including wetlands. These include, but are not 2 limited to, petroleum products, hydraulic fluid, fresh concrete, concrete 3 wastewater, process wastewater, slurry materials and waste from shaft drilling, 4 sediments, sediment-laden water, chemicals, paint, solvents, or other toxic or 5 deleterious materials. 6 7 3. Use equipment that is free of external petroleum-based products. 8 9 4. Remove accumulations of soil and debris from drive mechanisms (wheels, 10 tracks, tires) and undercarriage of equipment prior to using equipment below 11 the ordinary high water line. 12 13 5. Clean loose dirt and debris from all materials placed below the ordinary high 14 water line. No materials shall be placed below the ordinary high water line 15 without the Engineer's concurrence. 16 17 6. When a violation of the Construction Stormwater General Permit (CSWGP) 18 occurs, immediately notify the Engineer and fill out WSDOT Form 422-011, 19 Contractor ECAP Report, and submit the form to the Engineer within 48 hours 20 of the violation. 21 22 7. Once Physical Completion has been given, prepare a Notice of Termination 23 (Ecology Form ECY 020-87) and submit the Notice of Termination 24 electronically to the Engineer in a PDF format a minimum of 7 calendar days 25 prior to submitting the Notice of Termination to Ecology. 26 27 8. Transfer the CSWGP coverage to the Contracting Agency when Physical 28 Completion has been given and the Engineer has determined that the project 29 site is not stabilized from erosion. 30 31 9. Submit copies of all correspondence with Ecology electronically to the 32 Engineer in a PDF format within four calendar days. 33 34 1-07.5(4) Air Quality 35 This section is revised to read: 36 37 The Contractor shall comply with all regional clean air authority and/or State 38 Department of Ecology rules and regulations. 39 40 The air quality permit process may include additional State Environment Policy Act 41 (SEPA) requirements. Contractors shall contact the appropriate regional air pollution 42 control authority well in advance of beginning Work. 43 44 When the Work includes demolition or renovation of any existing facility or structure that 45 contains Asbestos Containing Material (ACM) and/or Presumed Asbestos-Containing 46 Material (PACM), the Contractor shall comply with the National Emission Standards for 47 Hazardous Air Pollutants (NESHAP). 48 49 Any requirements included in Federal and State regulations regarding air quality that 50 applies to the "owner or operator" shall be the responsibility of the Contractor. 51 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-8 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 1-07.7(1) General 2 The first sentence of the third paragraph is revised to read: 3 4 When the Contractor moves equipment or materials on or over Structures, culverts or 5 pipes, the Contractor may operate equipment with only the load-limit restrictions in 6 Section 1-07.7(2). 7 8 The first sentence of the last paragraph is revised to read: 9 10 Unit prices shall cover all costs for operating over Structures, culverts and pipes. 11 12 1-07.9(1) General 13 The last sentence of the sixth paragraph is revised to read: 14 15 Generally, the Contractor initiates the request by preparing standard form 1444 Request 16 for Authorization of Additional Classification and Rate, available at 17 https://www.dol.gov/whd/recovery/dbsurvey/conformance.htm, and submitting it to the 18 Engineer for further action. 19 20 1-07.9(2) Posting Notices 21 The second sentence of the first paragraph (up until the colon) is revised to read: 22 23 The Contractor shall ensure the most current edition of the following are posted: 24 25 The revision dates are deleted from all items in the numbered list. 26 27 The following new items are inserted after item number 1: 28 29 2. Mandatory Supplement to EEOC P/E-1 published by US Department of Labor. 30 Post for projects with federal-aid funding. 31 32 3. Pay Transparency Nondiscrimination Provision published by US Department of 33 Labor. Post for projects with federal-aid funding. 34 35 Item number 2 through 12 are renumbered to 4 through 14, respectively. 36 37 1-07.11(2) Contractual Requirements 38 In this section, "creed" is revised to read "religion". 39 40 Item numbers 1 through 9 are revised to read 2 through 10, respectively. 41 42 After the preceding Amendment is applied, the following new item number 1 is inserted: 43 44 1. The Contractor shall maintain a Work site that is free of harassment, humiliation, 45 fear, hostility and intimidation at all times. Behaviors that violate this requirement 46 include but are not limited to: 47 48 a. Persistent conduct that is offensive and unwelcome. 49 50 b. Conduct that is considered to be hazing. CIT.WIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-9 PROJECT#202 and 216/ RFB #19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 c. Jokes about race, gender, or sexuality that are offensive. 3 4 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual 5 nature which interferes with a person's ability to perform their job or creates an 6 intimidating, hostile, or offensive work environment. 7 8 e. Language or conduct that is offensive, threatening, intimidating or hostile 9 based on race, gender, or sexual orientation. 10 11 f. Repeating rumors about individuals in the Work Site that are considered to be 12 harassing or harmful to the individual's reputation. 13 14 1-07.11(5) Sanctions 15 This section is supplemented with the following: 16 17 Immediately upon the Engineer's request, the Contractor shall remove from the Work 18 site any employee engaging in behaviors that promote harassment, humiliation, fear or 19 intimidation including but not limited to those described in these specifications. 20 21 1-07.11(6) Incorporation of Provisions 22 The first sentence is revised to read: 23 24 The Contractor shall include the provisions of Section 1-07.11(2) Contractual 25 Requirements (1) through (5) and the Section 1-07.11(5) Sanctions in every subcontract 26 including procurement of materials and leases of equipment. 27 28 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan 29 The last sentence of the first paragraph is revised to read: 30 31 An SPCC Plan template and guidance information is available at 32 http://www.wsdot.wa.gov/environment/technical/disciplines/hazardous-materials/spill- 33 prevent-report. 34 35 1-07.16(2)A Wetland and Sensitive Area Protection 36 The first sentence of the first paragraph is revised to read: 37 38 Existing wetland and other sensitive areas, where shown in the Plans or designated by 39 the Engineer, shall be saved and protected through the life of the Contract. 40 41 1-07.18 Public Liability and Property Damage Insurance 42 Item number 1 is supplemented with the following new sentence: 43 44 This policy shall be kept in force from the execution date of the Contract until the 45 Physical Completion Date. 46 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-10 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 1-08.AP1 2 Section 1-08, Prosecution and ProgressJanuary 7, 2019 3 1-08.1 Subcontracting 4 The first sentence of the seventh paragraph is revised to read 5 6 All Work that is not performed by the Contractor will be considered as subcontracting 7 except: (1) purchase of sand, gravel, crushed stone, crushed slag, batched concrete 8 aggregates, ready-mix concrete, off-site fabricated structural steel, other off-site 9 fabricated items, and any other materials supplied by established and recognized 10 commercial plants; or (2) delivery of these materials to the Work site in vehicles owned 11 or operated by such plants or by recognized independent or commercial hauling 12 companies hired by those commercial plants. 13 14 The following new paragraph is inserted after the seventh paragraph: 15 16 The Contractor shall not use businesses (material suppliers, vendors, subcontractors, 17 etc.)with federal purchasing exclusions. Businesses with exclusions are identified using 18 the System for Award Management web page at www.SAM.gov. 19 20 1-08.5 Time for Completion 21 Item number 2 of the sixth paragraph is supplemented with the following: 22 23 f. A copy of the Notice of Termination sent to the Washington State Department of 24 Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the 25 Notice of Termination by Ecology; and no rejection of the Notice of Termination by 26 Ecology. This requirement will not apply if the Construction Stormwater General 27 Permit is transferred back to the Contracting Agency in accordance with Section 8- 28 01.3(16). 29 30 1-08.7 Maintenance During Suspension 31 The fifth paragraph is revised to read: 32 33 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 34 costs associated with protecting and maintaining such Work shall be the responsibility 35 of the Contractor. 36 37 1-09.AP1 38 Section 1-09, Measurement and Payment 39 August 6, 2018 40 1-09.2(1) General Requirements for Weighing Equipment 41 The last paragraph is supplemented with the following: 42 43 When requested by the Engineer, the Contractor's representative shall collect the 44 tickets throughout the day and provide them to the Engineer's designated receiver, not 45 later than the end of shift, for reconciliation. Tickets for loads not verified as delivered 46 will receive no pay. 47 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-11 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 1-09.2(2) Specific Requirements for Batching Scales 2 The last sentence of the first paragraph is revised to read: 3 4 Batching scales used for concrete or hot mix asphalt shall not be used for batching 5 other materials. 6 7 1-09.10 Payment for Surplus Processed Materials 8 The following sentence is inserted after the first sentence of the second paragraph: 9 10 For Hot Mix Asphalt, the Plan quantity and quantity used will be adjusted for the quantity 11 of Asphalt and quantity of RAP or other materials incorporated into the mix. 12 13 2-01.AP2 14 Section 2-01, Clearing, Grubbing, and Roadside Cleanup 15 April 1, 2019 16 2-01.2(3) Disposal Method No. 3 — Chipping 17 Item number 2 of the first paragraph is revised to read; 18 19 2. Chips shall be disposed outside of sensitive areas, and in areas that aren't in 20 conflict with permanent Work. 21 22 2-02.AP2 23 Section 2-02, Removal of Structures and Obstructions 24 April 2, 2018 25 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 26 In item number 3 of the first paragraph, the second sentence is revised to read: 27 28 For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to 29 18 inches from and parallel to the initial saw cut is also required, unless the Engineer 30 allows otherwise. 31 32 2-03.AP2 33 Section 2-03, Roadway Excavation and Embankment 34 April 1, 2019 35 2-03.3(14)F Displacement of Unsuitable Foundation Materials 36 This section, including title, is revised to read: 37 38 2-03.3(14)F Vacant 39 40 2-09.AP2 41 Section 2-09, Structure Excavation 42 April 1, 2019 43 2-09.2 Materials 44 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland 45 Cement Concrete" are revised to read: 46 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-12 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Cement 9-01 2 Fine Aggregate for Concrete 9-03.1(2) 3 4 2-09.3(3)B Excavation Using Open Pits - Extra Excavation 5 The last two paragraphs are deleted and replaced with the following: 6 7 The excavation height (Ht) shall be calculated within a vertical plane as the difference 8 between the lowest elevation in the excavation and the highest elevation of the ground 9 surface immediately adjacent to the excavation. Pavement thickness and other surface 10 treatments existing at the time of the excavation shall be included in the height 11 calculation. 12 13 Submittals and Design Requirements 14 Excavations 4-feet and less in height do not require design and submittals. The 15 Contractor shall provide a safe work environment and shall execute the work in a 16 manner that does not damage adjacent pavements, utilities, or structures. If the 17 Engineer determines the Contractor's work may potentially affect adjacent traffic, 18 pavements, utilities, or structures, the Engineer may request a Type 1 Working Drawing 19 from the Contractor. The Contractor shall explain in the Type 1 Working Drawing how 2.0 the Engineer's concerns will be addressed, why infrastructure will not be damaged by 21 the work, and how worker safety will be preserved. 22 23 For excavations that have soil types and slope geometries defined in WAC 296-155 part 24 N and are between 4-feet and 20-feet in height, the Contractor shall submit Type 2 25 Working Drawings. Required submittal elements include, at a minimum, the following: 26 27 1 A plan view showing the limits of the excavation and its relationship to traffic, 28 structures, utilities and other pertinent project elements. If the stability of the 29 excavation requires no-load zones or equipment setback distances, those shall 30 be shown on the plan view. 31 32 2. A typical or controlling cross section showing the proposed excavation, original 33 ground line, and locations of traffic, existing structures, utilities, site 34 constraints, surcharge loads, or other conditions that could affect the stability 35 of the slope. If the stability of the excavation requires no-load zones or 36 equipment setback distances, those shall be shown in cross section. 37 38 3. A summary clearly describing subsurface conditions, soil type for WAC 296- 39 155 part N, and groundwater conditions, sequencing considerations, and 40 governing assumptions. 41 42 Where WAC 296-155 part N requires an engineer's design, the Contractor shall submit 43 Type 2E Working Drawings. Required submittal elements include, at a minimum, the 44 three items above and the following additional items: 45 46 4. Supporting calculations for the design of the excavation, the soil and material 47 properties selected for design, and the justification for the selection for those 48 properties, in accordance with the WSDOT Geotechnical Design Manual M 46- 49 03. 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-13 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 5. Safety factors, or load and resistance factors used, and justification for their 2 selection, in accordance with the WSDOT Geotechnical Design Manual M 46- 3 03, and referenced AASHTO design manuals. 4 5 6. A monitoring plan to evaluate the excavation performance throughout its 6 design life. 7 8 7. Any supplemental subsurface explorations made by the Contractor to meet the 9 requirements for geotechnical design of excavation slopes, in accordance with 10 the WSDOT Geotechnical Design Manual M 46-03. 11 12 2-09.3(3)D Shoring and Cofferdams 13 The first sentence of the sixth paragraph is revised to read: 14 15 Structural shoring and cofferdams shall be designed for conditions stated in this Section 16 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 17 Highway Bridges Seventeenth Edition -2002 for allowable stress design, or the 18 AASHTO LRFD Bridge Design Specifications for load and resistance factor design. 19 20 3-01.AP3 21 Section 3-01, Production from Quarry and Pit Sites 22 April 2, 2018 23 3-01.1 Description 24 The first paragraph is revised to read: 25 26 This Work shall consist of manufacturing and producing crushed and screened 27 aggregates including pit run aggregates of the kind, quality, and grading specified for 28 use in the construction of concrete, hot mix asphalt, crushed surfacing, maintenance 29 rock, ballast, gravel base, gravel backfill, gravel borrow, riprap, and bituminous surface 30 treatments of all descriptions. 31 32 4-04.AP4 33 Section 4-04, Ballast and Crushed Surfacing 34 April 2, 2018 35 4-04.3(5) Shaping and Compaction 36 This section is supplemented with the following new paragraph: 37 38 When using 100% Recycled Concrete Aggregate, the Contractor may submit a written 39 request to use a test point evaluation for compaction acceptance testing in lieu of 40 compacting to 95% of the standard density as determined by the requirements of 41 Section 2-03.3(14)D. The test point evaluation shall be performed in accordance with 42 SOP 738. 43 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM— ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-14 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications 1 5-01.AP5 (Revised June 3,2019) 2 Section 5-01, Cement Concrete Pavement Rehabilitation 3 January 7, 2019 4 5-01.2 Materials 5 The reference for Concrete Patching Material is revised to read: 6 7 Concrete Patching Material, Grout, and Mortar 9-20.1 8 9 5-01.3(1)A1 Concrete Patching Materials 10 In this section, each reference to "9-20" is revised to read "9-20.1". 11 12 5-01.3(4) Replace Cement Concrete Panel 13 This section's content is deleted and replaced with the following new subsections: 14 15 5-01.3(4)A General 16 Curing, cold weather work, concrete pavement construction in adjacent lines, and 17 protection of pavement shall meet the requirements of Section 5-05.3(13) through 18 Section 5-05.3(15). The Contractor, at no cost to the Contracting Agency, shall repair 19 any damage to existing pavement caused by the Contractor's operations. 20 21 5-01.3(4)B Sawing and Dimensional Requirements 22 Concrete slabs to be replaced as shown in the Plans or staked by the Engineer shall be 23 at least 6.0 feet long and full width of an existing pavement panel. The portion of the 24 panel to remain in place shall have a minimum dimension of 6 feet in length and full ' 25 panel width; otherwise the entire panel shall be removed and replaced. There shall be 26 no new joints closer than 3.0 feet to an existing transverse joint or crack. A vertical full 27 depth saw cut is required along all longitudinal joints and at transverse locations and, 28 unless the Engineer allows otherwise, an additional vertical full depth relief saw cut 29 located 12 to 18 inches from and parallel to the initial longitudinal and transverse saw 30 cut locations is also required. Removal of existing cement concrete pavement shall not 31 cause damage to adjacent slabs that are to remain in place. In areas that will be 32 ground, slab replacements shall be performed prior to pavement grinding. 33 34 Side forms shall meet the requirements of Section 5-05.3(7)6 whenever a sawed full 35 depth vertical face cannot be maintained. 36 37 5-01.3(4)C Dowel Bars and Tie Bars 38 For the half of a dowel bar or tie bar placed in fresh concrete, comply with the 39 requirements of Section 5-05. 40 41 For the half of a dowel bar or tie bar placed in hardened concrete, comply with the 42 Standard Plans and the following. 43 44 After drilling, secure dowel bars and tie bars into the existing pavement with either an 45 epoxy bonding agent Type I or IV as specified in Section 9-26.1, or a grout Type 2 for 46 non-shrink applications as specified in Section 9-20.3. 47 48 Dowel bars shall be placed at the mid depth of the concrete slab, centered over the 49 transverse joint, and parallel to the centerline and to the roadway surface, within the CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 5 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 tolerances in the table below. Dowel bars may be adjusted to avoid contact with existing 2 dowel bars in the transverse joint at bridge approach slabs or existing panels provided 3 the adjusted dowel bars meet the tolerances below. 4 5 Tie bars shall be placed at the mid depth of the concrete slab, centered over the joint, 6 perpendicular to centerline, and parallel to the roadway surface, within the tolerances in 7 the table below. The horizontal position of tie bars may be adjusted to avoid contact with 8 existing tie bars in the longitudinal joint where panel replacement takes place, provided 9 the adjusted tie bars meet the tolerances below. 10 Placement Tolerances Dowel Bars Tie Bars Vertical: Center of Bar to Center of Slab Depth ±1.00 inch max ± 1.00 inch_ max_ Dowel Bar Centered Over the Transverse Joint ±1.00 inch max N/A Tie Bar Centered Over the Longitudinal Joint N/A ±1.00 inch max Parallel to Centerline Over the Length of the ±0.50 inch max N/A Dowel Bar Perpendicular to Longitudinal Joint Over the N/A ±1.00 inch max Length of the Tie Bar Parallel to Roadway Surface Over the Length of ±0.50 inch max ±1.00 inch max the Bar 12 Dowel bars and tie bars shall be placed according to the Standard Plan when multiple 13 panels are placed. Panels shall be cast separately from the bridge approach slab. 14 15 Dowel bars to be drilled into existing concrete or at a new transverse contraction joint 16 shall have a parting compound, such as curing compound, grease, or other Engineer 17 accepted equal, applied to them prior to placement. 18 19 Clean the drilled holes in accordance with the epoxy or grout manufacturer's 20 instructions. Holes shall be clean and dry at the time of placing the epoxy, or grout and 21 tie bars. Completely fill the void between the tie bar and the outer limits of the drilled 22 hole with epoxy or grout. Use retention rings to prevent leakage of the epoxy or grout 23 and support the tie bar to prevent movement until the epoxy or grout has cured the 24 minimum time recommended by the manufacturer. 25 26 5-01.3(4)D Foundation Preparation 27 The Contractor shall smooth the surfacing below the removed panel and compact it to 28 the satisfaction of the Engineer. Crushed surfacing base course, or hot mix asphalt may 29 be needed to bring the surfacing to grade prior to placing the new concrete. 30 31 If the material under the removed panel is uncompactable and the Engineer requires it, 32 the Contractor shall excavate the Subgrade 2 feet, place a soil stabilization construction 33 geotextile meeting the requirements of Section 9-33, and backfill with crushed surfacing 34 base course. This Work may include: 35 36 1. Furnishing and hauling crushed surfacing base course to the project site. 37 38 2. Excavating uncompactable material 39 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-16 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 3. Furnishing and placing a soil stabilization construction geotextile. 2 3 4. Backfilling and compacting crushed surfacing base course. 4 5 5. Removing, hauling and restocking any unused crushed surfacing base course. 6 7 5-01.3(4)E Concrete Finishing 8 Grade control shall be the responsibility of the Contractor. 9 10 All panels shall be struck off level with the adjacent panels and floated to a smooth 11 surface. 12 13 Final finish texturing shall meet the requirements of Section 5-05.3(11). 14 15 In areas where the Plans do not require grinding, the surface smoothness will be 16 measured with a 10-foot straightedge by the Engineer in accordance with Section 5- 17 05.3(12). If the replacement panel is located in an area that will be ground as part of 18 concrete pavement grinding in accordance with Section 5-01.3(9), the surface 19 smoothness shall be measured, by the Contractor, in conjunction with the smoothness 20 measurement done in accordance with Section 5-01.3(10). 21 22 5-01.3(4)F Joints 23 All transverse and longitudinal joints shall be sawed and sealed in accordance with 24 Section 5-05.3(8). The Contractor may use a hand pushed single blade saw for sawing 25 joints. 26 27 5-01.3(4)G Cracked Panels 28 Replacement panels that crack shall be repaired as specified in Section 5-05.3(22) at 29 no cost to the Contracting Agency. When repairing replacement panels that have 30 cracked, epoxy-coated dowel bars meeting the requirements of Section 9-07.5(1) may 31 be substituted for the corrosion resistant dowel bars specified. 32 33 5-01.3(4)H Opening to Traffic 34 Opening to traffic shall meet the requirements of Section 5-05.3(17). 35 36 5-01.3(5) Partial Depth Spall Repair 37 The second sentence of the third paragraph is revised to read: 38 39 All sandblasting residue shall be removed. 40 41 5-01.3(7) Sealing Existing Concrete Random Cracks 42 The second sentence of the second paragraph is revised to read: 43 44 Immediately prior to sealing, the cracks shall be clean. 45 46 5-01.3(8) Sealing Existing Longitudinal and Transverse Joint 47 The first sentence of the fifth paragraph is revised to read: 48 49 Immediately prior to sealing, the cracks shall be clean. 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 5-01.3(10) Pavement Smoothness 2 This section is revised to read: 3 4 Pavement surface smoothness for cement concrete pavement grinding on this project 5 will include International Roughness Index (IRI) testing. Ride quality will be evaluated 6 using the Mean Roughness Index (MRI) calculated by averaging the IRI data for the left 7 and right wheel path within the section. 8 9 Smoothness Testing Equipment and Operator Certification 10 Use an inertial profiler and operator that meet the requirements of Section 5-05.3(3)E, 11 12 Surface Smoothness 13 Operate the inertial profiler in accordance with AASHTO R 57. Collect two longitudinal 14 traces, one in each wheel path. Collect the control profile at locations designated in 15 Table 2 prior to any pavement rehabilitation Work on the areas to be tested. Collect an 16 acceptance profile at locations designated in Table 2 after completion of all cement 17 concrete pavement grinding on the project. Profiles shall be collected in a continuous 18 pass including areas excluded from pay adjustments. Provide notice to the Engineer a 19 minimum of seven calendar days prior to testing. 20 Table 2 Locations Requiring MRI Testing Travel lanes where cement concrete grinding is shown in the Control profile plans Additional locations designated by Control profile the Enqineer Travel lanes with completed cement Acceptance profile concrete pavement grinding Bridges, approach panels and 0.02 miles before and after bridges and approach panels arm uLliei Control and acceptance profile excluded areas within lanes requiring testing j Ramps, Shoulders and Tapers j Do not test 21 22 Within 30 calendar days after the Contractor's testing, the Engineer may perform 23 verification testing. If the verification testing shows a difference in MRI greater than the 24 10 percent, the following resolution process will be followed: 25 26 1. The profiles, equipment and procedures will be evaluated to determine the 27 cause of the difference. 28 29 2. If the cause of the discrepancy cannot be resolved the pavement shall be 30 retested with both profilers at a mutually agreed time. The two profilers will 31 test the section within 30 minutes of each other. If the retest shows a 32 difference in MRI equal or greater than the percentages shown in Table 2 of 33 AASHTO R 54 the Engineer's test results will be used for pavement 34 smoothness acceptance. 35 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-18 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 The Contractor shall evaluate profiles for acceptance or corrective action using the 2 current version of ProVAL and provide the results including the profile data in unfiltered 3 electronic Engineering Research Division (ERD) file format to the Engineer within 3 4 calendar days of completing each days profile testing. If the profile data files are created 5 using an export option in the manufacturer's software where filter settings can be 6 specified, use the filter settings that were used to create data files for certification. 7 8 Analyze the entire profile. Exclude areas listed in Table 3. 9 Table 3 Areas Excluded from MRI Acceptance Requirements Location _ Exclude Beginning and end of grinding Pavement within 0.02 mile The bridge and approach slab and Bridges and approach slabs 0.02 mile from the ends of the __. bridge or approach slab Defects in the existing roadway — identified by the Contractor that 0.01-mile section containing the adversely affect the MRI such as defect and the 0.01-mile section dips, depressions and wheel path following the section with the defect. longitudinal joints.' 'The presence of defects is subject to verification by the Engineer 10 11 Report the MRI results in inches per mile for each 0.01-mile section and each 0.10-mile 12 section. Do not truncate 0.10-mile sections for areas excluded from MRI acceptance 13 requirements. MRI requirements will not apply to 0.10-mile sections with more than 14 three 0.01 mile-sections excluded. MRI requirements for the individual 0.01-mile 15 sections shall still apply. The Engineer will verify the analysis. 16 17 The MRI for each 0.10 mile of ground lane will comply with the following: 18 Control Profile MRI per 0.10 Mile Maximum MRI of Acceptance Profile per 0.10 Mile :5130 inches/mile _ 78 inches/mile >130 inches/mile 0.6 x Control Profile MRI 19 20 The MRI for each 0.01 mile of the completed cement concrete grinding shall not exceed 21 160 inches/mile. 22 23 All Work is subject to parallel and transverse 10-foot straightedge requirements, 24 corrective work and disincentive adjustments. 25 26 Surface smoothness of travel lanes including areas subject to MRI testing shall not vary 27 more than 1/8 inch from the lower edge of a 10-foot straightedge placed on the surface 28 parallel to the centerline. 29 30 The smoothness perpendicular to the centerline will be measured with a 10-foot 31 straightedge within the lanes. There shall be not vertical elevation difference of more 32 than a '/4 inch between lanes. 33 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Pavement that does not meet these requirements will be subject to corrective Work. All 2 corrective Work shall be completed at no additional expense, including traffic control, to 3 the Contracting Agency. Pavement shall be repaired by one or more of the following 4 methods: 5 6 1. Diamond grinding. 7 8 2. By other method accepted by the Engineer. 9 10 Repair areas shall be re-profiled to ensure they no longer require corrective Work. With 11 concurrence of the Engineer, a 10-foot straight edge may be used in place of the inertial 12 profiler. 13 14 If correction of the roadway as listed above either will not or does not produce 15 satisfactory results as to smoothness or serviceability the Engineer may accept the 16 completed pavement and a credit will be calculated in accordance with Section 5-01.5. 17 Under these circumstances, the decision whether to accept the completed pavement or 18 to require corrective work as described above shall be vested entirely in the Engineer. 19 20 5-01.5 Payment 21 This section is supplemented with the following: 22 23 "Grinding Smoothness Compliance Adjustment", by calculation. 24 Grinding Smoothness Compliance Adjustments will be based on the requirements in 25 Section 5-01.3(10) and the following calculations: 26 27 A smoothness compliance adjustment will be calculated in the sum of minus $100 28 for each and every section of single traffic lane 0.01 mile in length and $1,000 for 29 each and every section of single traffic lane 0.10 mile in length that does not meet 30 the requirements in Section 5-01.3(10) after corrective Work. 31 32 5-02.AP5 33 Section 5-02, Bituminous Surface Treatment 34 April 1, 2019 35 5-02.3(5) Application of Aggregates 36 The first sentence of the eleventh paragraph is revised to read: 37 38 The Contractor shall use a pickup broom in all curbed areas, on all bridges, within city 39 limits, within sensitive areas, and where shown in the Plans both before the application 40 of emulsified asphalt and during the final brooming operation. 41 42 5-04.AP5 43 Section 5-04, Hot Mix Asphalt 44 April 1, 2019 45 5-04.1 Description 46 The last sentence of the first paragraph is revised to read: 47 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-20 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 The manufacture of HMA may include additives or processes that reduce the optimum 2 mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance 3 with these Specifications. 4 5 5-04.2 Materials 6 The reference to "Warm Mix Asphalt Additive" is revised to read "HMA Additive". 7 8 5-04.2(1) How to Get an HMA Mix Design on the QPL 9 The last bullet in the first paragraph is revised to read: 10 11 • Do not include HMA additives that reduce the optimum mixing temperature or serve 12 as a compaction aid when developing a mix design or submitting a mix design for 13 QPL evaluation. The use of HMA additives is not part of the process for obtaining 14 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. 15 16 In the table, "WSDOT Standard Practice QC-8" is revised to read "WSDOT Standard 17 Practice QC-8 located in the WSDOT Materials Manual M 46-01". 18 19 5-04.2(1)C Mix Design Resubmittal for QPL Approval 20 Item number 3 of the first paragraph is revised to read: 21 22 3. Changes in modifiers used in the asphalt binder. 23 24 5-04.2(2)B Using Warm Mix Asphalt Processes 25 This section, including title, is revised to read: 26 27 5-04.2(2)B Using HMA Additives 28 The Contractor may, at the Contractor's discretion, elect to use additives that reduce the 29 optimum mixing temperature or serve as a compaction aid for producing HMA. Additives 30 include organic additives, chemical additives and foaming processes. The use of 31 Additives is subject to the following: 32 33 Do not use additives that reduce the mixing temperature in accordance with 34 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures. 35 36 Before using additives obtain the Engineer's approval using WSDOT Form 37 350-076 to describe the proposed additive and process. 38 39 5-04.3(3)A Mixing Plant 40 Item number 5 of the first paragraph is revised to read. 41 42 5. Provide HMA sampling equipment that complies with FOP for AASHTO T 168: 43 44 Use a mechanical sampling device accepted by the Engineer, or 45 46 Platforms or devices to enable sampling from the truck transport without 47 entering the truck transport for sampling HMA. 48 49 5-04.3(4) Preparation of Existing Paved Surfaces 50 The first sentence of the fourth paragraph is revised to read. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-21 PROJECT#202 and 2161 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 Unless otherwise allowed by the Engineer, use cationic emulsified asphalt CSS-1, CSS- 3 1 h, or Performance Graded (PG) asphalt for tack coat. 4 5 5-04.3(6) Mixing 6 The first paragraph is revised to read: 7 8 The asphalt supplier shall introduce recycling agent and anti-stripping additive, in the 9 amount designated on the QPL for the mix design, into the asphalt binder prior to 10 shipment to the asphalt mixing plant. 11 12 The seventh paragraph is revised to read: 13 14 Upon discharge from the mixer, ensure that the temperature of the HMA does not 15 exceed the optimum mixing temperature shown on the accepted Mix Design Report by 16 more than 25°F, or as allowed by the Engineer. When an additive is included in the 17 manufacture of HMA, do not heat the additive (at any stage of production including in 18 binder storage tanks) to a temperature higher than the maximum recommended by the 19 manufacturer of the additive. 20 21 5-04.3(7) Spreading and Finishing 22 The last row of the table is revised to read: 23 % inch 0.25 feet 0.30 feet j 24 25 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 26 The following new paragraph is inserted after the first paragraph: 27 28 The Contracting Agency's combined aggregate bulk specific gravity (Gsb) blend as 29 shown on the HMA Mix Design will be used for VMA calculations until the Contractor 30 submits a written request for a Gsb test. The new Gsb will be used in the VMA 31 calculations for HMA from the date the Engineer receives the written request for a Gsb 32 retest. The Contractor may request aggregate specific gravity (Gsb)testing be 33 performed by the Contracting Agency twice per project. The Gsb blend of the combined 34 stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA 35 produced after the new Gsb is determined. 36 37 5-04.3(9)A1 Test Section - When Required, When to Stop 38 The following new row is inserted after the second row in Table 9: 39 VMA Minimum PF; of 0.95 None4 based on the criteria in Section 5-04.3(9)B42 40 _ 41 5-04.3(9)A2 Test Section - Evaluating the HMA Mixture in a Test Section 42 In Table 9a, the test property "Gradation, Asphalt Binder, and Va" is revised to read 43 "Gradation, Asphalt Binder, VMA, and Va" 44 45 In Table 9a, the first column of the third row is revised to read: 46 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-22 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) Aggregates: Sand Equivalent Uncompacted Void Content Fracture 1 2 5-04.3(9)B3 Mixture Statistical Evaluation — Acceptance Testing 3 In Table 11, "Va" is revised to read "VMA and Va" 4 5 5-04.3(9)B5 Mixture Statistical Evaluation — Composite Pay Factors (CPF) 6 The following new row is inserted above the last row in Table 12: 7 Voids in Mineral Aggregate 2 1 (VMA 8 9 5-04.3(9)B7 Mixture Statistical Evaluation — Retests 10 The second to last sentence is revised to read: 11 12 The sample will be tested for a complete gradation analysis, asphalt binder content, 13 VMA and Va, and the results of the retest will be used for the acceptance of the HMA 14 mixture in place of the original mixture sublot sample test results. 15 16 5-04.3(10)A HMA Compaction — General Compaction Requirements 17 The last paragraph is revised to read: 18 19 On bridge decks and on roadway approaches within five feet of a bridge/back of 20 pavement seat, rollers shall not be operated in a vibratory mode, defined as a mode in 21 which the drum vibrates vertically. However, unless otherwise noted on the plans, 22 rollers may be operated in an oscillatory mode, defined as a mode in which the drum 23 vibrates in the horizontal direction only. 24 25 5-04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and Sublots 26 The bulleted item in the fourth paragraph is revised to read: 27 28 For a compaction lot in progress with a compaction CPF less than 0.75 using an 29 LSL = 91.5, a new compaction lot will begin at the Contractor's request after the 30 Engineer is satisfied that material conforming to the Specifications can be 31 produced. See also Section 5-04.3(11)F-. 32 33 5-04.3(10)C2 HMA Compaction Statistical Evaluation —Acceptance Testing 34 In the table, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for AASHTO T 355". 35 36 5-04.3(10)C3 HMA Statistical Compaction — Price Adjustments 37 In the first paragraph, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for 38 AASHTO T 355". 39 40 The first sentence in the second paragraph is revised to read-- 41 42 For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not 43 meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-23 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay 2 Factor (CPF). 3 4 The last two paragraphs are revised to read: 5 6 Determine the Compaction Price Adjustment (CPA)from the table below, selecting the 7 equation for CPA that corresponds to the value of CPF determined above. 8 Calculating HMA Compaction Price Adjustment (CPA) Value of CPF Equation for Calculating CPA When CPF > 1.00 CPA = [1.00 x (CPF- 1.00)] x Q x UP When CPF = 1.00 CPA = $0 When CPF < 1.0 CPA = [0.60 x (CPF- 1.00)] x Q x UP 10 Where 11 CPA= Compaction Price Adjustment for the compaction lot ($) 12 CPF = Composite Pay Factor for the compaction lot (maximum is 1.05) 13 Q = Quantity in the compaction lot (tons) 14 UP = Unit price of the HMA in the compaction lot ($/ton) 15 16 5-04.3(10)C4 HMA Statistical Compaction — Requests for Retesting 17 The first sentence is revised to read: 18 19 For a compaction sublot that has been tested with a nuclear density gauge that did not 20 meet the minimum of 91.5 percent of the theoretical maximum density in a compaction 21 lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the 22 Contractor may request that a core, taken at the same location as the nuclear density 23 test, be used for determination of the relative density of the compaction sublot. 24 25 5-04.3(13) Surface Smoothness 26 The second to last paragraph is revised to read: 27 28 When concrete pavement is to be placed on HMA, the surface tolerance of the HMA 29 shall be such that no surface elevation lies above the Plan grade minus the specified 30 Plan depth of concrete pavement. Prior to placing the concrete pavement, bring any 31 such irregularities to the required tolerance by grinding or other means allowed by the 32 Engineer. 33 34 5-04.5 Payment 35 The paragraph following the Bid item "Crack Sealing-LF", per linear foot is revised to read: 36 37 The unit Contract price per linear foot for"Crack Sealing-LF" shall be full payment for all 38 costs incurred to perform the Work described in Section 5-04.3(4)A. 39 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-24 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 5-05.AP5 2 Section 5-05, Cement Concrete Pavement 3 April 1, 2019 4 5-05.1 Description 5 In the first paragraph, "portland cement concrete" is revised to read "cement concrete". 6 7 5-05.2 Materials 8 In the first paragraph, the reference to "Portland Cement" is revised to read: 9 10 Cement 9-01 11 12 In the first paragraph, the section reference for Concrete Patching Material is revised to read 13 "9-20.1". 14 15 The second paragraph is revised to read: 16 17 Cementitious materials are considered to be the following: portland cement, blended 18 hydraulic cement, fly ash, ground granulated blast furnace slag and microsilica fume.. 19 20 5-05.3(1) Concrete Mix Design for Paving 21 The table title in item number 4 is revised to read Concrete Batch Weights. 22 23 In item 4a, "Portland Cement" is revised to read "Cement". 24 25 5-05.3(3)E Smoothness Testing Equipment 26 This section is revised to read: 27 28 Inertial profilers shall meet all requirements of AASHTO M 328 and be certified in 29 accordance with AASHTO R 56 within the preceding 12 months. 30 31 The inertial profiler operator shall be certified as required by AASHTO R 56 within three 32 years preceding profile measurement. 33 34 Equipment or operator certification by other states or a profiler certification facility will be 35 accepted provided the certification meets the requirements of AASHTO R 56. 36 Documentation verifying certification by another state shall be submitted to the Engineer 37 a minimum of 14 calendar days prior to profile measurement. Equipment certification 38 documentation shall include the information required by part 8.5 and 8.6 of AASHTO R 39 56. Operator documentation shall include a statement from the certifying state that 40 indicates the operator is certified to operate the inertial profiler to be used on the project. 41 The decision whether another state's certification meets the requirements of AASHTO R 42 56 shall be vested entirely in the Engineer. 43 44 5-05.3(4) Measuring and Batching Materials 45 Item number 2 is revised to read; 46 47 2. Batching Materials- On all projects requiring more than 2,500 cubic yards of 48 concrete for paving, the batching plant shall be equipped to proportion aggregates CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-25 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 and cement by weight by means of automatic and interlocked proportioning devices 2 of accepted type. 3 4 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 5 This section's title is revised to read: 6 7 Acceptance of Portland Cement or Blended Hydraulic Cement Concrete Pavement 8 9 The first sentence is revised to read: 10 11 Acceptance of portland cement or blended hydraulic cement concrete pavement shall 12 be as provided under statistical or nonstatistical acceptance. 13 14 5-05.3(7) Placing, Spreading, and Compacting Concrete 15 This section's content is deleted. 16 17 5-05.3(10) Tie Bars and Corrosion Resistant Dowel Bars 18 The first sentence of the last paragraph is revised to read: 19 20 The tie bar holes shall be clean before grouting. 21 22 5-05.3(12) Surface Smoothness 23 This section is revised to read: 24 25 Pavement surface smoothness for this project will include International Roughness 26 Index (IRI)testing. The Contractor shall perform IRI testing on each through lane, 27 climbing lane, and passing lane, greater than 0.25 mile in length and these lanes will be 28 subject to incentive/disincentive adjustments. Ride quality will be evaluated using the 29 Mean Roughness Index (MRI) calculated by averaging the IRI data for the left and right 30 wheel path within the section. 31 32 Ramps, shoulders and tapers will not be included in MRI testing for pavement 33 smoothness and will not be subject to incentive adjustments. All Work is subject to 34 parallel and transverse 10-foot straightedge requirements, corrective work and 35 disincentive adjustments. 36 37 Operate the inertial profiler in accordance with AASHTO R 57. Collect two longitudinal 38 traces, one in each wheel path. Collect profile data after completion of all concrete 39 paving on the project in a continuous pass including areas excluded from pay 40 adjustments. Provide notice to the Engineer a minimum of seven calendar days prior to 41 testing. 42 43 Within 30 calendar days after the Contractor's testing, the Engineer may perform 44 verification testing. If the verification testing shows a difference in MRI greater than the 45 percentages shown in Table 2 of AASHTO R 54 the following resolution process will be 46 followed: 47 48 1. The profiles, equipment and procedures will be evaluated to determine the 49 cause of the difference. 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-26 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2. If the cause of the discrepancy cannot be resolved the pavement shall be 2 retested with both profilers at a mutually agreed time. The two profilers will 3 test the section within 30 minutes of each other. If the retest shows a 4 difference in MRI equal or greater than the percentages shown in Table 2 of 5 AASHTO R 54 the Engineer's test results will be used to establish pay 6 adjustments. 7 8 Surface smoothness of travel lanes not subject to MRI testing will be measured with a 9 10-foot straightedge no later than 5:00 p.m. of the day following the placing of the 10 concrete. The completed surface of the wearing course shall not vary more than % inch 11 from the lower edge of a 10-foot straightedge placed on the surface parallel to the 12 centerline. 13 14 Smoothness perpendicular to the centerline will be measured with a 10-foot 15 straightedge across all lanes with the same cross slope, including shoulders when 16 composed of cement concrete pavement. The overlapping 10-foot straightedge 17 measurement shall be discontinued at a point 6 inches from the most extreme outside 18 edge of the finished cement concrete pavement. The completed surface of the wearing 19 course shall not vary more than '/4 inch from the lower edge of a 10-foot straightedge 20 placed on the surface perpendicular to the centerline. Any deviations in excess of the 21 above tolerances shall be corrected. 22 23 The Contractor shall evaluate profiles for acceptance, incentive payments, disincentive 24 payments, or corrective action using the current version of ProVAL and provide the 25 results including the profile data in unfiltered electronic Engineering Research Division 26 (ERD)file format to the Engineer within 2 calendar days of completing testing each 27 section of pavement. If the profile data files are created using an export option in the 28 manufacturer's software where filter settings can be specified, use the filter settings that 29 were used to create data files for certification. Analyze the entire profile. Exclude any 30 areas specifically identified in the Contract. Exclude from the analysis the first 100 feet 31 after the start of the paving operations and last 100 feet prior to the end of the paving 32 operation, the first 100 feet on either side of bridge Structures and bridge approach 33 slab. Report the MRI results in inches per mile for each 52.8 foot section and horizontal 34 distance measurements in project stationing to the nearest foot. Include pay 35 adjustments in the results. The Engineer will verify the analysis. 36 37 Corrective work for pavement smoothness may be taken by the Contractor prior to MRI 38 testing. After completion of the MRI testing the Contractor shall measure the 39 smoothness of each 52.8-foot section with an MRI greater than 125 inches per mile with 40 a 10-foot straightedge within 14 calendar days or as allowed by the Engineer. The 41 Contractor shall identify all locations that require corrective work and provide the 42 straight edge measurements at each location that exceeds the allowable limit to the 43 Engineer. If all measurements in a 52.8-foot section comply with smoothness 44 requirements, the Contractor shall provide the maximum measurement to the Engineer 45 and a statement that corrective work is not required. Unless allowed by the Engineer, 46 corrective work shall be taken by the Contractor for pavement identified by the 47 Contractor or Engineer that does not meet the following requirements: 48 49 1. The completed surface shall be of uniform texture, smooth, uniform as to 50 crown and grade, and free from defects of all kinds. 51 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-27 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2. The completed surface shall not vary more than '/8 inch from the lower edge of 2 a 10-foot straightedge placed on the surface parallel to the centerline. 3 4 3. The completed surface shall vary not more than '/4 inch in 10 feet from the rate 5 of transverse slope shown in the Plans. 6 7 All corrective work shall be completed at no additional expense, including traffic control, 8 to the Contracting Agency. Corrective work shall not begin until the concrete has 9 reached its design strength unless allowed by the Engineer. Pavement shall be repaired 10 by one or more of the following methods: 11 12 1. Diamond grinding; repairs shall not reduce pavement thickness by more than 13 '/4 inch less than the thickness shown in the Plans. When required by the 14 Engineer, the Contractor shall verify the thickness of the concrete pavement by 15 coring. Thickness reduction due to corrective work will not be included in 16 thickness measurements for calculating the Thickness Deficiency in Section 5- 17 05.5(1)A. 18 19 2. Removal and replacement of the cement concrete pavement. 20 21 3. By other method allowed by the Engineer. 22 23 For repairs following MRI testing the repaired area shall be checked by the Contractor 24 with a 10-foot straightedge to ensure it no longer requires corrective work. With 25 concurrence of the Engineer an inertial profiler may be used in place of the 10-foot 26 straight edge. 27 28 If correction of the roadway as listed above either will not or does not produce 29 satisfactory results as to smoothness or serviceability the Engineer may accept the 30 completed pavement and a credit will be calculated in accordance with Section 5-05.5. 31 The credit will be in addition to the price adjustment for MRI. Under these 32 circumstances, the decision whether to accept the completed pavement or to require 33 corrective work as described above shall be vested entirely in the Engineer. 34 35 5-05.3(22) Repair of Defective Pavement Slabs 36 The last sentence of the fourth paragraph is revised to read. 37 38 All sandblasting residue shall be removed. 39 40 5-05.4 Measurement 41 Item number 3 of the second paragraph is revised to read- 42 43 3. The depth shall be determined in accordance with Section 5-05.5(1). The depth 44 utilized to calculate the volume shall not exceed the Plan depth plus 0.04 feet. 45 46 The third paragraph is revised to read: 47 48 The volume of cement concrete pavement in each thickness lot shall equal the 49 measured length X width X thickness measurement. 50 51 The last paragraph is revised to read CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-28 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications 1 (Revised June 3,2019) 2 The calculation for cement concrete compliance adjustment is the volume of concrete 3 represented by the CPF and the Thickness deficiency adjustment. 4 5 5-05.5 Payment 6 The paragraph following the Bid item "Cement Conc. Pavement", per cubic yard is 7 supplemented with the following: 8 9 All costs associated with performing the magnetic pulse induction thickness testing shall 10 be included in the unit Contract price per cubic yard for"Cement Conc. Pavement'. 11 12 The Bid item "Ride Smoothness Compliance Adjustment', by calculation, and the paragraph 13 following this bid item are revised to read: 14 15 "Ride Smoothness Compliance Adjustment', by calculation. 16 17 Smoothness Compliance Adjustments will be based on the requirements in Section 5- 18 05.3(12) and the following calculations: 19 20 1. Final MRI acceptance and incentive/disincentive payments for pavement 21 smoothness will be calculated as the average of the ten 52.8-foot sections in 22 each 528 feet in accordance with the price adjustment schedule. 23 24 a. For sections of a lane that are a minimum of 52.8 feet and less than 528 25 feet, the price adjustment will be calculated using the average of the 52.8 26 foot MRI values and the price adjustment prorated for the length of the 27 section. 28 29 b. MRI values per 52.8-feet that were measured prior to corrective work will 30 be included in the 528 foot price adjustment for sections with corrective 31 work. 32 33 2. In addition to the price adjustment for MRI a smoothness compliance 34 adjustment will be calculated in the sum of minus $1000.00 for each and every 35 section of single traffic lane 52.8 feet in length in that does not meet the 10- 36 foot straight edge requirements in Section 5-05.3(12) after corrective Work. 37 Price Adjustment Schedule MRI for each 528 ft. Pay Adjustment section Schedule in./mi. $10.10 mi. <30 2400 30 2400 31 2320 32 2240 33 2160 _ 34 2080 35 2000 36 1920 37 1840 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-29 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 38 1760 39 1680 40 1600 41 1520 42 1440 43 1360 44 1280 45 1200 46 1120 47 1040 48 960 49 880 50 800 51 720 52 640 53 560 54 480 55 400 56 320 57 240 58 160 59 80 60 0 61 0 62 0 63 0 64 0 65 0 66 0 67 0 68 0 69 0 70 0 71 0 72 0 73 0 74 0 75 0 76 -80 77 -160 78 -240 79 -320 80 -400 81 -480 82 -560 83 -640 84 -720 85 -800 86 -880 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-30 PROJECT#202 and 2161 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 87 -960 88 -1040 89 -1120 90 -1200 91 -1280 92 -1360 93 -1440 94 -1520 95 -1600 96 -1680 97 -1760 98 -1840 99 -1920 100 -2000 101 -2080 102 -2160 103 -2240 104 -2320 105 -2400 106 -2480 107 -2560 108 -2640 109 -2720 110 -2800 111 -2880 112 -2960 113 -3040 114 -3120 115 -3200 116 -3280 117 -3360 118 -3440 119 -3520 120 -3600 121 -3680 122 -3760 123 -3840 124 -3920 >_125 -4000 1 2 The bid item "Portland Cement Concrete Compliance Adjustment', by calculation, and the 3 paragraph following this bid item are revised to read: 4 5 "Cement Concrete Compliance Adjustment', by calculation. 6 7 Payment for"Cement Concrete Compliance Adjustment' will be calculated by 8 multiplying the unit Contract price for the cement concrete pavement, times the volume 9 for adjustment, times the percent of adjustment determined from the calculated CPF 10 and the Deficiency Adjustment listed in Section 5-05.5(1)A. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM— ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-31 PROJECT#202 and 216/RFB #19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 5-05.5(1) Pavement Thickness 3 This section is revised to read: 4 5 Cement concrete pavement shall be constructed in accordance with the thickness 6 requirements in the Plans and Specifications. Tolerances allowed for Subgrade 7 construction and other provisions, which may affect thickness, shall not be construed to 8 modify such thickness requirements. 9 10 Thickness measurements in each lane paved shall comply with the following: 11 Thickness Testing of Cement Concrete Pavement Thickness Lot Size 15 panels maximum Thickness test location determined by Engineer will select testing locations in accordance with WSDOT TM 716 method B. Sample method _ AASHTO T 359 Contractor provides, places, and secures disks Sample preparation performed by in the presence of the Engineer' Measurement method AASHTO T 359 Thickness measurement performed b Contractor, in the presence of the En ineerz 'Reflectors shall be located at within 0.5 feet of the center of the panel. The Contractor shall supply a sufficient number of 300 mm-diameter round reflectors meeting the requirements of AASHTO T 359 to accomplish the required testing. 2The Contractor shall provide all equipment and materials needed to perform the testing. 12 13 Thickness measurements shall be rounded to the nearest 0.01 foot. 14 15 Each thickness test location where the pavement thickness is deficient by more than 16 0.04 foot, shall be subject to price reduction or corrective action as shown in Table 2. 17 Table 2 Thickness Deficiency 0.04' <Thickness Deficienc <—0.06' 10 0.06'<Thickness deficient —<0.08' 25 Remove and replace the panels or the panels Thickness deficiency>0.08' may be accepted with no payment at the discretion of the Engineer. 1 18 19 The price reduction shall be computed by multiplying the percent price reduction in 20 Table 2 by the unit Contract price by the volume of pavement represented by the 21 thickness test lot. 22 23 Additional cores may be taken by the Contractor to determine the limits of an area that 24 has a thickness deficiency greater than 0.04 feet. Cores shall be taken at the 25 approximate center of the panel. Only the panels within the limits of the deficiency area 26 as determined by the cores will be subject to a price reduction or corrective action. The 27 cores shall be taken in the presence of the Engineer and delivered to the Engineer for 28 measurement. All costs for the additional cores including filling the core holes with 29 patching material meeting the requirements of Section 9-20 will be the responsibility of 30 the Contractor. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-32 PROJECT#202 and 2161 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 5-05.5(1)A Thickness Deficiency of 0.05 Foot or Less 3 This section, including title, is revised to read: 4 5 5-05.5(1)A Vacant 6 7 5-05.5(1)B Thickness Deficiency of More Than 0.05 Foot 8 This section, including title, is revised to read: 9 10 5-05.5(1)B Vacant 11 12 6-01.AP6 13 Section 6-01, General Requirements for Structures 14 January 7, 2019 15 This section is supplemented with the following new subsections: 16 17 6-01.16 Repair of Defective Work 18 6-01.16(1) General 19 When using repair procedures that are described elsewhere in the Contract 20 Documents, the Working Drawing submittal requirements of this Section shall not 21 apply to those repairs unless noted otherwise. 22 23 Repair procedures for defective Work shall be submitted as Type 2 Working 24 Drawings. Type 2E Working Drawings shall be submitted when required by the 25 Engineer. As an alternative to submitting Type 2 or 2E Working Drawings, defective 26 Work within the limits of applicability of a pre-approved repair procedure may be 27 repaired using that procedure. Repairs using a pre-approved repair procedure shall 28 be submitted as a Type 1 Working Drawing. 29 30 Pre-approved repair procedures shall consist of the following: 31 32 The procedures listed in Section 6-01.16(2) 33 34 For precast concrete, repair procedures in the annual plant approval 35 process documents that have been approved for use by the Contracting 36 Agency. 37 38 All Working Drawings for repair procedures shall include: 39 40 A description of the defective Work including location, extent and pictures 41 42 Materials to be used in the repair. Repairs using manufactured products 43 shall include written manufacturer recommendations for intended uses of 44 the product, surface preparation, mixing, aggregate extension (if 45 applicable), ambient and surface temperature limits, placement methods, 46 finishing and curing. 47 48 • Construction procedures 49 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-33 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Plan details of the area to be repaired 2 3 Calculations for Type 2E Working Drawings 4 5 Material manufacturer's instructions and recommendations shall supersede any 6 conflicting requirements in pre-approved repair procedures. 7 8 The Engineer shall be notified prior to performing any repair procedure and shall be 9 given an opportunity to inspect the repair work being performed. 10 11 6-01.16(2) Pre-Approved Repair Procedures 12 6-01.16(2)A Concrete Spalls and Poor Consolidation (Rock Pockets, 13 Honeycombs, Voids, etc.) 14 This repair shall be limited to the following areas: 15 16 m Areas that are not on top Roadway surfaces (with or without an 17 overlay) including but not limited to concrete bridge decks, bridge 18 approach slabs or cement concrete pavement 19 20 Areas that are not underwater 21 22 Areas that are not on precast barrier, except for the bottom 4 inches 23 (but not to exceed 1 inch above blockouts) 24 25 Areas that do not affect structural adequacy as determined by the 26 Engineer. 27 28 The repair procedure is as follows: 29 30 1. Remove all loose and unsound concrete. Impact breakers shall not 31 exceed 15 pounds in weight when removing concrete adjacent to 32 reinforcement or other embedments and shall not exceed 30 pounds 33 in weight otherwise. Operate impact breakers at angles less than 45 34 degrees as measured from the surface of the concrete to the tool and 35 moving away from the edge of the defective Work. Concrete shall be 36 completely removed from exposed surfaces of existing steel 37 reinforcing bars. If half or more of the circumference of any steel 38 reinforcing bar is exposed, if the reinforcing bar is loose or if the bond 39 to existing concrete is poor then concrete shall be removed at least 1/4 40 inch behind the reinforcing bar. Do not damage any existing 41 reinforcement. Stop work and allow the Engineer to inspect the repair 42 area after removing all loose and unsound concrete. Submit a 43 modified repair procedure when required by the Engineer. 44 45 2. Square the edges of the repair area by cutting an edge perpendicular 46 to the concrete surface around the repair area. The geometry of the 47 repair perimeter shall minimize the edge length and shall be 48 rectangular with perpendicular edges, avoiding reentrant corners. The 49 depth of the cut shall be a minimum of% inch, but shall be reduced if 50 necessary to avoid damaging any reinforcement. For repairs on CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-34 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 vertical surfaces, the top edge shall slope up toward the front at a 1- 2 vertical-to-3-horizontal slope. 3 4 3. Remove concrete within the repair area to a depth at least matching 5 the cut depth at the edges. Large variations in the depth of removal 6 within short distances shall be avoided. Roughen the concrete 7 surface. The concrete surface should be roughened to at least 8 Concrete Surface Profile (CSP) 5 in accordance with ICRI Guideline 9 No. 310.2R, unless a different CSP is recommended by the patching 10 material manufacturer. 11 12 4. Inspect the concrete repair surface for delaminations, debonding, 13 microcracking and voids using hammer tapping or a chain drag. 14 Remove any additional loose or unsound concrete in accordance with 15 steps 1 through 3. 16 17 5. Select a patching material in accordance with Section 9-20.2 that is 18 appropriate for the repair location and thickness. The concrete 19 patching material shall be pumpable or self-consolidating as required 20 for the type of placement that suits the repair. The patching material 21 shall have a minimum compressive strength at least equal to the 22 specified compressive strength of the concrete. 23 24 6. Prepare the concrete surface and reinforcing steel in accordance with 25 the patching material manufacturer's recommendations. At a 26 minimum, clean the concrete surfaces (including perimeter edges) 27 and reinforcing steel using oil-free abrasive blasting or high-pressure 28 (minimum 5,000 psi) water blasting. All dirt, dust, loose particles, rust, 29 laitance, oil, film, microcracked/bruised concrete or foreign material of 30 any sort shall be removed. Damage to the epoxy coating on steel 31 reinforcing bars shall be repaired in accordance with Section 6- 32 02.3(24)H. 33 34 7. Construct forms if necessary, such as for patching vertical or 35 overhead surfaces or where patching extends to the edge or corner 36 of a placement. 37 38 8. When recommended by the patching material manufacturer, saturate 39 the concrete in the repair area and remove any free water at the 40 concrete surface to obtain a saturated surface dry (SSD) substrate. 41 When recommended by the patching material manufacturer, apply a 42 primer, scrub coat or bonding agent to the existing surfaces. Epoxy 43 bonding agents, if used, shall be Type 11 or Type V in accordance with 44 Section 9-26.1. 45 46 9. Place and consolidate the patching material in accordance with the 47 manufacturer's recommendations. Work the material firmly into all 48 surfaces of the repair area with sufficient pressure to achieve proper 49 bond to the concrete. 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-35 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 10. The patching material shall be textured, cured and finished in 2 accordance with the patching material manufacturer's 3 recommendations and/or the requirements for the repaired 4 component. Protect the newly placed patch from vibration in 5 accordance with Section 6-02.3(6)D. 6 7 11. When the completed repair does not match the existing concrete 8 color and will be visible to the public, a sand and cement mixture that 9 is color matched to the existing concrete shall be rubbed, brushed, or 10 applied to the surface of the patching material and the concrete. 11 12 6-01.10 Utilities Supported by or Attached to Bridges 13 In the third paragraph, "Federal Standard 595" is revised to read "SAE AMS Standard 595"- 14 15 6-01.12 Final Cleanup 16 The second sentence of the first paragraph is revised to read: 17 18 Structure decks shall be clean. 19 20 The second paragraph is deleted. 21 2.2 6-02.AP6 23 Section 6-02, Concrete Structures 24 April 1, 2019 25 6-02.1 Description 26 The first sentence is revised to read: 27 28 This Work consists of the construction of all Structures (and their parts) made of 29 portland cement or blended hydraulic cement concrete with or without reinforcement, 30 including bridge approach slabs. 31 32 6-02.2 Materials 33 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland 34 Cement Concrete" are revised to read: 35 36 Cement 9-01 37 Aggregates for Concrete 9-03.1 38 39 The reference to metakaolin is deleted. 40 41 6-02.3(2) Proportioning Materials 42 The second paragraph is revised to read: 43 44 Unless otherwise specified, the Contractor shall use Type I or II portland cement or 45 blended hydraulic cement in all concrete as defined in Section 9-01.2(1). 46 47 The last sentence of the fifth paragraph is revised to read: 48 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-36 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 With the Engineer's written concurrence, microsilica fume may be used in all 2 classifications of Class 4000, Class 3000, and commercial concrete and is limited to a 3 maximum of 10 percent of the cementitious material. 4 5 6-02.3(2)A Contractor Mix Design 6 The last sentence of the last paragraph is revised to read: 7 8 For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of 9 7.5 percent for all concrete placed above the finished ground line unless noted 10 otherwise. 11 12 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 13 Item number 5 of the first paragraph is deleted. 14 15 Item number 6 of the first paragraph (after the preceding Amendment is applied) is 16 renumbered to 5. 17 18 6-02.3(2)B Commercial Concrete 19 The second paragraph is revised to read: 20 21 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging 22 culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I, FB 23 and RM signal standards, pedestals, cabinet bases, guardrail anchors, fence post 24 footings, sidewalks, concrete curbs, curbs and gutters, and gutters, the Contractor may 25 use commercial concrete. If commercial concrete is used for sidewalks, concrete curbs, 26 curbs and gutters, and gutters, it shall have a minimum cementitious material content of 27 564 pounds per cubic yard of concrete, shall be air entrained, and the tolerances of 28 Section 6-02.3(5)C shall apply. 29 30 6-02.3(4) Ready-Mix Concrete 31 The first sentence of the first paragraph is revised to read: 32 33 All concrete, except lean concrete, shall be batched in a prequalified manual, semi- 34 automatic, or automatic plant as described in Section 6-02.3(4)A. 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 42 6-02.3(5)C Conformance to Mix Design 43 Item number 1 of the second paragraph is revised to read: 44 45 1. Cement weight plus 5 percent or minus 1 percent of that specified in the 46 mix design. 47 48 6-02.3(6)A1 Hot Weather Protection 49 The first paragraph is revised to read: 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-37 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 The Contractor shall provide concrete within the specified temperature limits. Cooling of 2 the coarse aggregate piles by sprinkling with water is permitted provided the moisture 3 content is monitored, the mixing water is adjusted for the free water in the aggregate 4 and the coarse aggregate is removed from at least 1 foot above the bottom of the pile. 5 Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or 6 replacing all or part of the mixing water with crushed ice is permitted, provided the ice is 7 completely melted by placing time. 8 9 The second sentence of the second paragraph is revised to read: 10 11 These surfaces include forms, reinforcing steel, steel beam flanges, and any others that 12 touch the concrete. 13 14 6-02.3(7) Vacant 15 This section, including title, is revised to read. 16 17 6-02.3(7) Tolerances 18 Unless noted otherwise, concrete construction tolerances shall be in accordance with 19 this section. Tolerances in this section do not apply to cement concrete pavement. 20 21 Horizontal deviation of roadway crown points, cross-slope break points, and curb, 22 barrier or railing edges from alignment or work line: ±1.0 inch 23 24 Deviation from plane: ±0.5 inch in 10 feet 25 26 Deviation from plane for roadway surfaces: ±0.25 inch in 10 feet 27 28 Deviation from plumb or specified batter: ±0.5 inch in 10 feet, but not to exceed a total 29 of±1.5 inches 30 31 Vertical deviation from profile grade for roadway surfaces: ±1 inch 32 33 Vertical deviation of top surfaces (except roadway surfaces): ±0.75 inch 34 35 Thickness of bridge decks and other structural slabs not at grade: ±0.25 inch 36 37 Length, width and thickness of elements such as columns, beams, crossbeams, 38 diaphragms, corbels, piers, abutments and walls, including dimensions to construction 39 joints in initial placements: +0.5 inch, -0.25 inch 40 41 Length, width and thickness of spread footing foundations: +2 inches, -0.5 inch 42 43 Horizontal location of the as-placed edge of spread footing foundations: The greater of 44 ±2% of the horizontal dimension of the foundation perpendicular to the edge and ±0.5 45 inch. However, the tolerance shall not exceed ±2 inches. 46 47 Location of opening, insert or embedded item at concrete surface: ±0.5 inch 48 49 Cross-sectional dimensions of opening: ±0.5 inch 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-38 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Bridge deck, bridge approach slab, and bridge traffic barrier expansion joint gaps with a 2 specified temperature range, measured at a stable temperature: ±0.25 inch 3 4 Horizontal deviation of centerline of bearing pad, oak block or other bearing assembly: 5 ±0.125 inch 6 7 Horizontal deviation of centerline of supported element from centerline of bearing pad, 8 oak block or other bearing assembly±0.25 inch 9 10 Vertical deviation of top of bearing pad, oak block or other bearing assembly: ±0.125 11 inch 12 13 6-02.3(10)C Finishing Equipment 14 The first paragraph is revised to read: 15 16 The finishing machine shall be self-propelled and be capable of forward and reverse 17 movement under positive control. The finishing machine shall be equipped with augers 18 and a rotating cylindrical single or double drum screed. The finishing machine shall 19 have the necessary adjustments to produce the required cross section, line, and grade. 20 The finishing machine shall be capable of raising the screeds, augers, and any other 21 parts of the finishing mechanical operation to clear the screeded surface, and returning 22 to the specified grade under positive control. Unless otherwise allowed by the Engineer, 23 a finishing machine manufacturer technical representative shall be on site to assist the 24 first use of the machine on the Contract. 25 26 The first sentence of the second paragraph is revised to read: 27 28 For bridge deck widening of 20 feet or less, and for bridge approach slabs, or where 29 jobsite conditions do not allow the use of the conventional configuration finishing 30 machines, or modified conventional machines as described above; the Contractor may 31 submit a Type 2 Working Drawing proposing the use of a hand-operated motorized 32 power screed such as a "Texas" or"Bunyan" screed. 33 34 6-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement 35 This section, including title, is revised to read: 36 37 6-02.3(10)D4 Vacant 38 39 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing 40 In the third subparagraph of the first paragraph, the last sentence is revised to read: 41 42 The Contractor shall texture the bridge deck surface to within 3-inches minimum and 43 24-inches maximum of the edge of concrete at expansion joints, within 1-foot minimum 44 and 2-feet maximum of the curb line, and within 3-inches minimum and 9-inches 45 maximum of the perimeter of bridge drain assemblies. 46 47 6-02.3(10)F Bridge Approach Slab Orientation and Anchors 48 The second to last paragraph is revised to read: 49 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM -ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-39 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 The compression seal shall be a 2'/z inch wide gland and shall conform to Section 9- 2 04.1(4). 3 4 The last paragraph is deleted. 5 6 6-02.3(13)A Strip Seal Expansion Joint System 7 In item number 3 of the third paragraph, "Federal Standard 595" is revised to read "SAE 8 AMS Standard 595". 9 10 6-02.3(13)B Compression Seal Expansion Joint System 11 The first paragraph is revised to read: 12 13 Compression seal glands shall conform to Section 9-04.1(4) and be sized as shown in 14 the Plans. 15 16 6-02.3(14)C Pigmented Sealer for Concrete Surfaces 17 This section is supplemented with the following new paragraph: 18 19 Pigmented Sealer Materials shall be a product listed in the current WSDOT Qualified 20 Products List (QPL). If the pigmented sealer material is not listed in the current WSDOT 21 QPL, a sample shall be submitted to the State Materials Laboratory in Tumwater for 22 evaluation and acceptance in accordance with Section 9-08.3. 23 24 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 25 The second, third and fourth paragraphs are revised to read: 26 27 Grout shall be a workable mix with a viscosity that is suitable for the intended 28 application. Grout shall not be placed outside of the manufacturer recommended range 29 of thickness. The Contractor shall receive concurrence from the Engineer before using 30 the grout. 31 32 Field grout cubes and cylinders shall be fabricated and tested in accordance with 33 Section 9-20.3 when requested by the Engineer, but not less than once per bridge pier 34 or once per day. 35 36 Before placing grout, the substrate on which it is to be placed shall be prepared as 37 recommended by the manufacturer to ensure proper bonding. The grout shall be cured 38 as recommended by the manufacturer. The grout may be loaded when a minimum of 39 4,000 psi compressive strength is attained. 40 41 The fifth paragraph is deleted. 42 43 6-02.3(23) Opening to Traffic 44 This section is supplemented with the following new paragraph: 45 46 After curing bridge approach slabs in accordance with Section 6-02.3(11), the 47 bridge approach slabs may be opened to traffic when a minimum compressive strength 48 of 2,500 psi is achieved. 49 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-40 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 6-02.3(24)C Placing and Fastening 2 This section is revised to read: 3 4 The Contractor shall position reinforcing steel as the Plans require and shall ensure that 5 the steel is set within specified tolerances. Adjustments to reinforcing details outside of 6 specified tolerances to avoid interferences and for other purposes are acceptable when 7 approved by the Engineer. 8 9 When spacing between bars is 1 foot or more, they shall be tied at all intersections. 10 When spacing is less than 1 foot, every other intersection shall be tied. If the Plans 11 require bundled bars, they shall be tied together with wires at least every 6 feet. All 12 epoxy-coated bars in the top mat of the bridge deck shall be tied at all intersections, 13 however they may be tied at alternate intersections when spacing is less than 1 foot in 14 each direction and they are supported by continuous supports meeting all other 15 requirements of supports for epoxy-coated bars. Other epoxy-coated bars shall also be 16 tied at all intersections, but shall be tied at alternate intersections when spacing is less 17 than 1 foot in each direction. Wire used for tying epoxy-coated reinforcing steel shall be 18 plastic coated. Tack welding is not permitted on reinforcing steel. 19 20 Abrupt bends in the steel are permitted only when one steel member bends around 21 another. Vertical stirrups shall pass around main reinforcement or be firmly attached to 22 it. 23 24 For slip-formed concrete, the reinforcing steel bars shall be tied at all intersections and 25 cross braced to keep the cage from moving during concrete placement. Cross bracing 26 shall be with additional reinforcing steel. Cross bracing shall be placed both 27 longitudinally and transversely. 28 29 After reinforcing steel bars are placed in a traffic or pedestrian barrier and prior to slip- 30 form concrete placement, the Contractor shall check clearances and reinforcing steel 31 bar placement. This check shall be accomplished by using a template or by operating 32 the slip-form machine over the entire length of the traffic or pedestrian barrier. All 33 clearance and reinforcing steel bar placement deficiencies shall be corrected by the 34 Contractor before slip-form concrete placement. 35 36 Precast concrete supports (or other accepted devices) shall be used to maintain the 37 concrete coverage required by the Plans. The precast concrete supports shall: 38 39 1 Have a bearing surface measuring not greater than 2 inches in either dimension, 40 and 41 42 2. Have a compressive strength equal to or greater than that of the concrete in which 43 they are embedded. 44 45 In slabs, each precast concrete support shall have either: (1) a grooved top that will hold 46 the reinforcing bar in place, or (2) an embedded wire that protrudes and is tied to the 47 reinforcing steel. If this wire is used around epoxy-coated bars, it shall be coated with 48 plastic. 49 50 Precast concrete supports may be accepted based on a Manufacturer's Certificate of 51 Compliance. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-41 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 In lieu of precast concrete supports, the Contractor may use metal or all-plastic supports 3 to hold uncoated bars. Any surface of a metal support that will not be covered by at 4 least 1/2 inch of concrete shall be one of the following: 5 6 1. Hot-dip galvanized after fabrication in keeping with AASHTO M232 Class D; 7 8 2. Coated with plastic firmly bonded to the metal. This plastic shall be at least 9 3,32 inch thick where it touches the form and shall not react chemically with the 10 concrete when tested in the State Materials Laboratory. The plastic shall not 11 shatter or crack at or above -5°F and shall not deform enough to expose the 12 metal at or below 200°F; or 13 14 3. Stainless steel that meet the requirements of ASTM A493, Type 302. Stainless 15 steel chair supports are not required to be galvanized or plastic coated. 16 17 In lieu of precast concrete supports, epoxy-coated reinforcing bars may be supported by 18 one of the following: 19 20 1. Metal supports coated entirely with a dielectric material such as epoxy or 21 plastic, 22 23 2. Other epoxy-coated reinforcing bars, or 24 25 3. All-plastic supports. 26 27 Damaged coatings on metal bar supports shall be repaired prior to placing concrete. 28 29 All-plastic supports shall be lightweight, non-porous, and chemically inert in concrete. 30 All-plastic supports shall have rounded seatings, shall not deform under load during 31 normal temperatures, and shall not shatter or crack under impact loading in cold 32 weather. All-plastic supports shall be placed at spacings greater than 1 foot along the 33 bar and shall have at least 25 percent of their gross place area perforated to 34 compensate for the difference in the coefficient of thermal expansion between plastic 35 and concrete. The shape and configuration of all-plastic supports shall permit complete 36 concrete consolidation in and around the support. 37 38 A "mat' is two adjacent and perpendicular layers of reinforcing steel. In bridge decks, 39 top and bottom mats shall be supported adequately enough to hold both in their proper 40 positions. If bar supports directly support, or are directly supported on No. 4 bars, they 41 shall be spaced at not more than 3-foot intervals (or not more than 4-foot intervals for 42 bars No. 5 and larger). Wire ties to girder stirrups shall not be considered as supports. 43 To provide a rigid mat, the Contractor shall add other supports and tie wires to the top 44 mat as needed. 45 46 Unless noted otherwise, the minimum concrete cover for main reinforcing bars shall be. 47 48 3 inches to a concrete surface deposited against earth without intervening forms 49 50 2'/2 inches to the top surface of a concrete bridge deck or bridge approach slab. 51 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-42 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 inches to a concrete surface when not specified otherwise in this section or in the 2 Contract documents. 3 4 1'/2 inches to a concrete barrier or curb surface. 5 6 Except for top cover in bridge decks and bridge approach slabs, minimum concrete 7 cover to ties and stirrups may be reduced by 1/2 inch but shall not be less than 1 inch. 8 Minimum concrete cover shall also be provided to the outermost part of mechanical 9 splices and headed steel reinforcing bars. 10 11 Reinforcing steel bar location, concrete cover and clearance shall not vary more than 12 the following tolerances from what is specified in the Contract documents: 13 14 Reinforcing bar location for members 12 inches or less in thickness: ±0.25 inch 15 15 Reinforcing bar location for members greater than 12 inches in thickness: ±0.375 17 inch 18 19 Reinforcing bar location for bars placed at equal spacing within a plane: the greater 20 of either±1 inch or±1 bar diameter within the plane. The total number of bars shall 21 not be fewer than that specified. 22 23 The clearance between reinforcement shall not be less than the greater of the bar 24 diameter or 1 inch for unbundled bars. For bundled bars, the clearance between 25 bundles shall not be less than the greater of 1 inch or a bar diameter derived from 26 the equivalent total area of all bars in the bundle. 27 28 Longitudinal location of bends and ends of bars: ±1 inch 29 30 Embedded length of bars and length of bar lap splices. 31 32 No. 3 through No. 11: -1 inch 33 34 No. 14 through No. 18: -2 inches 35 36 Concrete cover measured perpendicular to concrete surface (except for the top 37 surface of bridge decks, bridge approach slabs and other roadway surfaces): ±0.25 38 inch 39 40 Concrete cover measured perpendicular to concrete surface for the top surface of 41 bridge decks, bridge approach slabs and other roadway surfaces: +0.25 inch, -0 42 inch 43 44 Before placing any concrete, the Contractor shall: 45 46 1. Clean all mortar from reinforcement, and 47 48 2. Obtain the Engineer's permission to place concrete after the Engineer has 49 inspected the placement of the reinforcing steel. (Any concrete placed without 50 the Engineer's permission shall be rejected and removed.) 51 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP43 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 6-02.3(25)H Finishing 2 The last paragraph is revised to read 3 4 The Contractor may repair defects in prestressed concrete girders in accordance with 5 Section 6-01.16. 6 7 6-02.3(25)1 Fabrication Tolerances 8 Item number 12 of the first paragraph is revised to read: 9 10 12. Stirrup Projection from Top of Girder: 11 12 Wide flange thin deck and slab girders: ± '/2 inch 13 14 All other girders: ± 3/4 inch 15 16 6-02.3(27) Concrete for Precast Units 17 The last sentence of the first paragraph is revised to read: 18 19 Type III portland cement or blended hydraulic cement is permitted to be used in precast 20 concrete units. 21 22 6-02.3(28)B Casting 23 In the second paragraph, the reference to Section 6-02.3(25)B is revised to read Section 6- 24 02.3(25)C. 25 26 6-02.3(28)D Contractors Control Strength 27 In the first paragraph, "WSDOT FOP for AASHTO T 23" is revised to read "FOP for AASHTO 28 T 23". 29 30 6-02.3(28)E Finishing 31 This section is supplemented with the following: 32 33 The Contractor may repair defects in precast panels in accordance with Section 6- 34 01.16. 35 36 6-03.AP6 37 Section 6-03, Steel Structures 38 January 7, 2019 39 6-03.2 Materials 40 In the first paragraph, the material reference for Paints is revised to read: 41 42 Paints and Related Materials 9-08 43 44 6-03.3(25)A3 Ultrasonic Inspection 45 The first paragraph (up until the colon) is revised to read: 46 47 Complete penetration groove welds on plates 5/16 inch and thicker in the following 48 welded assemblies or Structures shall be 100 percent ultrasonically inspected: 49 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM -ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-" PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 6-03.3(33) Bolted Connections 2 The first paragraph is supplemented with the following: 3 4 After final tightening of the fastener components, the threads of the bolts shall at a 5 minimum be flush with the end of the nut. 6 7 The following is inserted after the third sentence of the fourth paragraph: 8 9 When galvanized bolts are specified, tension-control galvanized bolts are not permitted. 10 11 6-05.AP6 12 Section 6-05, Piling 13 January 2, 2018 14 6-05.3(9)A Pile Driving Equipment Approval 15 The fourth sentence of the second paragraph is revised to read: 16 17 For prestressed concrete piles, the allowable driving stress in kips per square inch shall 18 be 0.095 f',_ plus prestress in tension, and 0.85f', minus prestress in compression, 19 where f is the concrete compressive strength in kips per square inch. 20 21 6-07.AP6 22 Section 6-07, Painting 23 January 7, 2019 24 6-07.1 Description 25 The first sentence is revised to read.- 26 ead:26 27 This work consists of containment, surface preparation, shielding adjacent areas from 28 work, testing and disposing of debris, furnishing and applying paint, and cleaning up 29 after painting is completed. 30 31 6-07.2 Materials 32 The material reference for Paint is revised to read: 33 34 Paint and Related Materials 9-08 35 36 6-07.3(1)A Work Force Qualifications for Shop Application of Paint 37 This section is supplemented with the following new sentence: 38 39 The work force may be accepted based on the approved facility. 40 41 6-07.3(1)B Work Force Qualifications for Field Application of Paint 42 The first two paragraphs are revised to read: 43 44 The Contractor preparing the surface and applying the paint shall be certified under 45 SSPC-QP 1 or NACE International Institute Contractor Accreditation Program (NIICAP) 46 AS 1. 47 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-45 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 The Contractor removing and otherwise disturbing existing paint containing lead and 2 other hazardous materials shall be certified under SSPC-QP 2, Category A or NIICAP 3 AS 2. 4 5 The third paragraph (up until the colon) is revised to read: 6 7 In lieu of the above SSPC or NIICAP certifications, the Contractor performing the 8 specified work shall complete both of the following actions: 9 10 Item number 2 of the third paragraph is revised to read: 11 12 2. The Contractor's quality control inspector(s)for the project shall be NACE-certified 13 CIP Level 3 or SSPC Protective Coating Inspector (PCI) Level 3. 14 15 6-07.3(2) Submittals 16 The first paragraph is supplemented with the following 17 18 Each component of the plan shall identify the specification section it represents. 19 20 6-07.3(2)B Contractor's Quality Control Program Submittal Component 21 The numbered list in the first paragraph is revised to read: 22 23 1. Description of the inspection procedures, tools, techniques and the acceptance 24 criteria for all phases of work. 25 26 2. Procedure for implementation of corrective action for non-conformance work. 27 28 3. The paint system manufacturer's recommended methods of preventing defects 29 30 4. The Contractor's frequency of quality control inspection for each phase of work. 31 32 5. Example of each completed form(s) of the daily quality control report used to 33 document the inspection work and tests performed by the Contractor's quality 34 control personnel. 35 36 6-07.3(2)C Paint System Manufacturer and Paint System Information Submittal 37 Component 38 Item number 1 is revised to read: 39 40 1. Product data sheets and Safety Data Sheets (SDS) on the paint materials, paint 41 preparation, and paint application, as specified by the paint manufacturer, 42 including: 43 44 a. All application instructions, including the mixing and thinning directions. 45 46 b. Recommended spray nozzles and pressures. 47 48 c. Minimum and maximum drying time between coats. 49 50 d. Restrictions on temperature and humidity. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-46 PROJECT#202 and 2161 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 e. Repair procedures for shop and field applied coatings. 3 4 f. Maximum dry film thickness for each coat. 5 6 g. Minimum wet film thickness for each coat to achieve the specified minimum 7 dry film thickness. 8 9 6-07.3(2)D Hazardous Waste Containment, Collection, Testing, and Disposal 10 Submittal Component 11 The first paragraph (up until the colon) is revised to read: 12 13 The hazardous waste containment, collection, testing, and disposal shall meet all 14 Federal and State requirements, and the submittal component of the painting plan shall 15 include the following: 16 17 6-07.3(2)E Cleaning and Surface Preparation Submittal Component 18 Item 1(b) of the first paragraph is revised to read:: 19 26 b. Type, manufacturer, and brand of abrasive blast material and all associated 21 additives, including Safety Data Sheets (SDS). 22 23 6-07.3(3)B Quality Control and Quality Assurance for Field Application of Paint 24 The last sentence of the first paragraph (excluding the numbered list) is revised to read: 25 26 The Contractor's quality control operations shall include a minimum monitoring and 27 documenting the following for each working day: 28 29 Item number 1 in the fourth paragraph is revised to read: 39 31 1. Environmental conditions for painting in accordance with ASTM E 337. 32 33 Item number 4 in the fourth paragraph is revised to read: 34 35 4. Pictorial of surface preparation guides in accordance with SSPC-VIS 1, 3, 4, and 5. 36 37 Item number 5 in the fourth paragraph is revised to read: 38 39 5. Surface profile by Keanne-Tator comparator in accordance with ASTM D 4417 and 40 SSPC PA17. 41 42 6-07.3(4) Paint System Manufacturer's Technical Representative 43 This section is revised to read: 44 45 The paint system manufacturer's representative shall be present at the jobsite for the 46 pre-painting conference and for the first day of paint application, and shall be available 47 to the Contractor and Contracting Agency for consultation for the full project duration. 48 49 6-07.3(5) Pre-Painting Conference 50 The second paragraph is revised to read. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-47 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 If the Contractor's key personnel change between any work operations, an additional 3 conference shall be held if requested by the Engineer. 4 5 6-07.3(6)A Paint Containers 6 In item number 2 of the first paragraph, "Federal Standard 595" is revised to read "SAE AMS 7 Standard 595". 8 9 6-07.3(6)B Paint Storage 10 Item number 2 of the second paragraph is revised to read: 11 12 2. The Contractor shall monitor and document daily the paint material storage facility 13 with a high-low recording thermometer device. 14 15 6-07.3(7) Paint Sampling and Testing 16 The first two paragraphs are revised to read.- 17 ead:17 18 The Contractor shall provide the Engineer 1 quart of each paint representing each lot. 19 Samples shall be accompanied with a Safety Data Sheet. 20 21 If the quantity of paint required for each component of the paint system for the entire 22 project is 20 gallons or less, then the paint system components will be accepted as 23 specified in Section 9-08.1(7). 24 25 6-07.3(8)A Paint Film Thickness Measurement Gages 26 The first paragraph is revised to read: 27 28 Paint dry film thickness measurements shall be performed with either a Type 1 pull-off 29 gage or a Type 2 electronic gage as specified in SSPC Paint Application Specification 30 No. 2, Procedure for Determining Conformance to Dry Coating Thickness 31 Requirements. 32 33 6-07.3(9) Painting New Steel Structures 34 The last sentence of the second paragraph is revised to read: 35 36 Welded shear connectors are not required to painted. 37 38 The last paragraph is revised to read: 39 40 Temporary attachments or supports for scaffolding, containment or forms shall not 41 damage the paint system. 42 43 6-07.3(9)A Paint System 44 The first paragraph is revised to read: 45 46 The paint system applied to new steel surfaces shall consist of the following: 47 48 Option 1 (component based paint system): 49 50 Primer Coat— Inorganic Zinc Rich 9-08.1(2)C CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-48 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Intermediate Coat- Moisture Cured Polyurethane 9-08.1(2)G 2 Intermediate Stripe Coat- Moisture Cured Polyurethane 9-08.1(2)G 3 Top Coat- Moisture Cured Polyurethane 9-08.1(2)H 4 5 Option 2 (performance based paint system): 6 7 Primer Coat- Inorganic Zinc Rich 9-08.1(2)M 8 Intermediate Coat- Epoxy 9-08.1(2)M 9 Intermediate Stripe Coat- Epoxy 9-08.1(2)M 10 Top Coat- Polyurethane 9-08.1(2)M 11 12 The following new paragraph is inserted after the first paragraph 13 14 Paints and related materials shall be products listed in the current WSDOT Qualified 15 Products List (QPL). Component based paint systems shall be listed on the QPL in the 16 applicable sections of Section 9-08. Performance based systems shall be-listed on the 17 current Northeast Protective Coatings Committee (NEPCOAT) Qualified Products List 18 "A" as listed on the WSDOT QPL in Section 9-08.1(2)M. If the paint and related 19 materials for the component based system is not listed in the current WSDOT QPL, a 20 sample shall be submitted to the State Materials Laboratory in Tumwater for evaluation 21 and acceptance in accordance with Section 9-08. 22 23 6-07.3(9)C Mixing and Thinning Paint 24 This section is revised to read: 25 26 The Contractor shall thoroughly mix paint in accordance with the manufacturer's written 27 recommendations and by mechanical means to ensure a uniform and lump free 28 composition. Paint shall not be mixed by means of air stream bubbling or boxing. Paint 29 shall be mixed in the original containers and mixing shall continue until all pigment or 30 metallic powder is in suspension. Care shall be taken to ensure that the solid material 31 that has settled to the bottom of the container is thoroughly dispersed. After mixing, the 32 Contractor shall inspect the paint for uniformity and to ensure that no unmixed pigment 33 or lumps are present. 34 35 Catalysts, curing agents, hardeners, initiators, or dry metallic powders that are 36 packaged separately may be added to the base paint in accordance with the paint 37 manufacturer's written recommendations and only after the paint is thoroughly mixed to 38 achieve a uniform mixture with all particles wetted. The Contractor shall then add the 39 proper volume of curing agent to the correct volume of base and mix thoroughly. The 40 mixture shall be used within the pot life specified by the manufacturer. Unused portions 41 shall be discarded at the end of each work day. Accelerants are not permitted except as 42 allowed by the Engineer. 43 44 The Contractor shall not add additional thinner at the application site except as allowed 45 by the Engineer. The amount and type of thinner, if allowed, shall conform to the 46 manufacturer's specifications. If recommended by the manufacturer and allowed by the 47 Engineer, a measuring cup shall be used for the addition of thinner to any paint with 48 graduations in ounces. No un-measured addition of thinner to paint will be allowed. Any 49 paint found to be thinned by unacceptable methods will be rejected. 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-49 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 When recommended by the manufacturer, the Contractor shall constantly agitate paint 2 during application by use of paint pots equipped with mechanical agitators. 3 4 The Contractor shall strain all paint after mixing to remove undesirable matter, but 5 without removing the pigment or metallic powder. 6 7 Paint shall be stored and mixed in a secure, contained location to eliminate the potential 8 for spills into State waters and onto the ground and highway surfaces. 9 10 6-07.3(9)D Coating Thickness 11 This section is revised to read: 12 13 Dry film thickness shall be measured in accordance with SSPC Paint Application 14 Specification No. 2, Procedure for Determining Conformance to Dry Coating Thickness 15 Requirements. 16 17 The minimum dry film thickness of the primer coat shall not be less than 2.5 mils. 18 19 The minimum dry film thickness of each coat (combination of intermediate and 20 intermediate stripe, and top) shall be not less than 3.0 mils. 21 22 The dry film thickness of each coat shall not be thicker than the paint manufacturer's 23 recommended maximum thickness. 24 25 The minimum wet film thickness of each coat shall be specified by the paint 26 manufacturer to achieve the minimum dry film thickness. 27 28 Film thickness, wet and dry, will be measured by gages conforming to Section 6- 29 07.3(8)A. 30 31 Wet measurements will be taken immediately after the paint is applied in accordance 32 with ASTM D4414. Dry measurements will be taken after the coating is dry and hard in 33 accordance with SSPC Paint Application Specification No. 2. 34 35 Each painter shall be equipped with wet film thickness gages and shall be responsible 36 for performing frequent checks of the paint film thickness throughout application. 37 38 Coating thickness measurements may be made by the Engineer after the application of 39 each coat and before the application of the succeeding coat. In addition, the Engineer 40 may inspect for uniform and complete coverage and appearance. One hundred percent 41 of all thickness measurements shall meet or exceed the minimum wet film thickness. In 42 areas where wet film thickness measurements are impractical, dry film thickness 43 measurements may be made. If a question arises about an individual coat's thickness 44 or coverage, it may be verified by the use of a Tooke gage in accordance with ASTM 45 D4138. 46 47 If the specified number of coats does not produce a combined dry film thickness of at 48 least the sum of the thicknesses required per coat, if an individual coat does not meet 49 the minimum thickness, or if visual inspection shows incomplete coverage, the coating 50 system will be rejected and the Contractor shall discontinue painting and surface 51 preparation operations and shall submit a Type 2 Working Drawing of the repair CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-50 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 proposal. The repair proposal shall include documentation demonstrating the cause of 2 the less-than-minimum thickness, along with physical test results, as necessary, and 3 modifications to Work methods to prevent similar results. The Contractor shall not 4 resume painting or surface preparation operations until receiving the Engineer's 5 acceptance of the completed repair. 6 7 6-07.3(9)E Surface Temperature Requirements Prior to Application of Paint 8 This section, including title, is revised to read: 9 10 6-07.3(9)E Environmental Condition Requirements Prior to Application of Paint 11 Paint shall be applied only during periods when: 12 13 1. Air and steel temperatures are in accordance with the paint manufacturer's 14 recommendations but in no case less than 35°F nor greater than 115°F. 15 16 2. Steel surface temperature is a minimum of 5°F above the dew point. 17 18 3. Steel surface is not wet. 19 20 4. Relative humidity is within the manufacturer's recommended range. 21 22 5. The anticipated ambient temperature will remain above 35°F or the 23 manufacturer's minimum temperature, whichever is greater, during the paint 24 drying and curing period. 25 26 Application will not be allowed if conditions are not favorable for proper application and 27 performance of the paint. 28 29 Paint shall not be applied when weather conditions are unfavorable to proper curing. If a 30 paint system manufacturer's recommendations allow for application of a paint under 31 environmental conditions other than those specified, the Contractor shall submit a Type 32 2 Working Drawing consisting of a letter from the paint manufacturer specifying the 33 environmental conditions under which the paint can be applied. Application of paint 34 under environmental conditions other than those specified in this section will not be 35 allowed without the Engineer's concurrence. 36 37 38 6-07.3(9)F Shop Surface Cleaning and Preparation 39 The last sentence is revised to read: 40 41 The entire steel surface to be painted, including surfaces specified in Section 6- 42 07.3(9)G to receive a mist coat of primer, shall be cleaned to a near white condition in 43 accordance with SSPC-SP 10, Near-white Metal Blast Cleaning, and shall be in this 44 condition immediately prior to paint application. 45 46 6-07.3(9)G Application of Shop Primer Coat 47 The first paragraph is supplemented with the following: 48 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-51 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Repairs of the shop primer coat shall be prepared in accordance with the painting plan. 2 Shop primer coat repair paint shall be selected from the approved component based or 3 performance based paint system in accordance with Section 6-07.3(10)H. 4 5 6-07.3(9)H Containment for Field Coating 6 This section is revised to read: 7 8 The Contractor shall use a containment system in accordance with Section 6-07.3(10)A 9 for surface preparation and prime coating of all uncoated areas remaining, including 10 bolts, nuts, washers, and splice plates. 11 12 During painting operations of the intermediate, stripe and top coats the Contractor shall 13 furnish, install, and maintain drip tarps below the areas to be painted to contain all 14 spilled paint, buckets, brushes, and other deleterious material, and prevent such 15 materials from reaching the environment below or adjacent to the structure being 16 painted. Drip tarps shall be absorbent material and hung to minimize puddling. The 17 Contractor shall evaluate the project-specific conditions to determine the specific type 18 and extent of containment needed to control the paint emissions and shall submit a 19 containment plan in accordance with Section 6-07.3(2). 20 21 6-07.3(9)1 Application of Field Coatings 22 This section is revised to read: 23 24 An on-site supervisor shall be present for each work shift at the bridge site. 25 26 Upon completion of erection Work, all uncoated or damaged areas remaining, including 27 bolts, nuts, washers, and splice plates, shall be prepared in accordance with Section 6- 28 07.3(9)F, followed by a field primer coat of a zinc-rich primer and final coats of paint 29 selected from the approved component or performance based paint system in 30 accordance with Section 6-07.3(10)H. . The intermediate, intermediate stripe, and top 31 coats shall be applied in accordance with the manufacturer's written recommendations. 32 33 Upon completion of erection Work, welds for steel column jackets may be prepared in 34 accordance with SSPC-SP 15, Commercial Grade Power Tool Cleaning. 35 36 The minimum drying time between coats shall be as shown in the product data sheets, 37 but not less than 12 hours. The Contractor shall determine whether the paint has cured 38 sufficiently for proper application of succeeding coats. 39 40 The maximum time between intermediate and top coats shall be in accordance with the 41 manufacturer's written recommendations. If the maximum time between coats is 42 exceeded, all newly coated surfaces shall be prepared to SSPC-SP 7, Brush-off Blast 43 Cleaning, and shall be repainted with the same paint that was cleaned, at no additional 44 cost to the Contracting Agency. 45 46 Each coat shall be applied in a uniform layer, completely covering the preceding coat. 47 The Contractor shall correct runs, sags, skips, or other deficiencies before application of 48 succeeding coats. Such corrective work may require re-cleaning, application of 49 additional paint, or other means as determined by the Engineer, at no additional cost to 50 the Contracting Agency. 51 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-52 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Dry film thickness measurements will be made in accordance with Section 6-07.3(9)D. 2 3 All paint damage that occurs shall be repaired in accordance with the manufacturer's 4 written recommendations. On bare areas or areas of insufficient primer thickness, the 5 repair shall include field-applied zinc-rich primer and the final coats of paint selected 6 from the approved component or performance based paint system in accordance with 7 Section 6-07.3(10)H. On areas where the primer is at least equal to the minimum 8 required dry film thickness, the repair shall include the application of the final two coats 9 of the paint system. All paint repair operations shall be performed by the Contractor at 10 no additional cost or time to the Contracting Agency. 11 12 6-07.3(10)A Containment 13 The first sentence of the third paragraph is revised to read: 14 15 Emissions shall be assessed by Visible Emission Observations (Method A) in SSPC 16 Technology Update No. 7, Conducting Ambient Air, Soil, and Water Sampling of 17 Surface Preparation and Paint Disturbance Activities, Section 6.2 and shall be limited to 18 the Level A Acceptance Criteria Option Level 0 Emissions standard. 19 20 6-07.3(10)D Surface Preparation Prior to Overcoat Painting 21 The first paragraph is revised to read: 22 23 The Contractor shall remove any visible oil, grease, and road tar in accordance with 24 SSPC-SP 1, Solvent Cleaning. 25 26 The second paragraph is revised to read.- 27 ead:27 28 Following any preparation by SSPC-SP1, all steel surfaces to be painted shall be 29 prepared in accordance with SSPC-SP 7, Brush-off Blast Cleaning. Surfaces 30 inaccessible to brush-off blast shall be prepared in accordance with SSPC-SP 3, Power 31 Tool Cleaning, as allowed by the Engineer. 32 33 The first sentence of the third paragraph is revised to read: 34 35 Following brush-off blast cleaning, the Contractor shall perform spot abrasive blast 36 cleaning in accordance with SSPC-SP 6, Commercial Blast Cleaning. 37 38 The second to last sentence of the third paragraph is revised to read: 39 40 For small areas, as allowed by the Engineer, the Contractor may substitute cleaning in 41 accordanr.P with SSPC-SP 15, Commercial Grade Power Tool Cleaning. 42 43 6-07.3(10)G Treatment of Pack and Rust Gaps 44 The second paragraph is revised to read: 45 46 Pack rust forming a gap between steel surfaces of Y16 to '/4 inch shall be cleaned to a 47 depth of at least one half of the gap width. The gaps shall be cleaned and prepared in 48 accordance with SSPC-SP6. The cleaned gap shall be treated with rust penetrating 49 sealer, prime coated, and then caulked to form a watertight seal along the top edge and 50 the two sides of the steel pieces involved, using the rust penetrating sealer and caulk as CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-53 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 accepted by the Engineer. The bottom edge or lowest edge of the steel pieces involved 2 shall not be caulked. 3 4 The third paragraph is supplemented with the following; 5 6 Caulk shall be a single-component urethane sealant conforming to Section 9-08.7- 7 8 The fifth paragraph is revised to read: 9 10 At locations where gaps between steel surfaces exceed '/4 inch, the Contractor shall 11 clean and prepare the gap in accordance SSPC-SP6, apply the rust penetrating sealer, 12 apply the prime coat, and then fill the gap with foam backer rod material as accepted by 13 the Engineer. The foam backer rod material shall be of sufficient diameter to fill the 14 crevice or gap. The Contractor shall apply caulk over the foam backer rod material to 15 form a watertight seal. 16 17 This section is supplemented with the following new paragraph: 18 19 Caulk and backer rod, if needed, shall be placed prior to applying the top coat. The 20 Contractor, with the concurrence of the Engineer, may apply the rust penetrating sealer 21 after application of the prime coat provided the primer is removed in the areas to be 22 sealed. The areas to be sealed shall be re-cleaned and re-prepared in accordance with 23 SSPC-SP6. 24 25 6-07.3(10)H Paint System 26 The first paragraph is revised to read: 27 28 The paint system applied to existing steel surfaces shall consist of the following five- 29 coat system: 30 31 Option 1 (component based system): 32 33 Primer Coat—Zinc-filled Moisture Cured Polyurethane 9-08.1(2)F 34 Primer Stripe Coat- Moisture Cured Polyurethane 9-08.1(2)F 35 Intermediate Coat - Moisture Cured Polyurethane 9-08.1(2)G 36 Intermediate Stripe Coat- Moisture Cured Polyurethane 9-08.1(2)G 37 Top Coat- Moisture Cured Polyurethane 9-08.1(2)H 38 39 Option 2 (performance based system): 40 41 Primer Coat—Zinc-rich Epoxy 9-08.1(2)N 42 Primer Stripe Coat— Epoxy 9-08.1(2)N 43 Intermediate Coat— Epoxy 9-08.1(2)N 44 Intermediate Stripe Coat— Epoxy 9-08.1(2)N 45 Top Coat— Polyurethane 9-08.1(2)N 46 47 The following new paragraph is inserted after the first paragraph: 48 49 Paints and related materials shall be a product listed in the current WSDOT Qualified 50 Products List (QPL). Component based paint systems shall be listed on the QPL in the 51 applicable sections of Section 9-08. Performance based systems shall be listed on the CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-54 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 current Northeast Protective Coatings Committee (NEPCOAT) Qualified Products List 2 "B" as listed on the WSDOT QPL in Section 9-08.1(2)N. If the paint and related material 3 for the component based system is not listed in the current WSDOT QPL, a sample 4 shall be submitted to the State Materials Laboratory in Tumwater for evaluation and 5 acceptance in accordance with Section 9-08. 6 7 6-07.3(10)J Mixing and Thinning Paint 8 This section is revised to read: 9 10 Mixing and thinning paint shall be in accordance with Section 6-07.3(9)C 11 12 6-07.3(10)K Coating Thickness 13 This section is revised to read: 14 15 Coating thickness shall be in accordance with Section 6-07.3(9)D except the minimum 16 dry film thickness of each coat (combination of primer and primer stripe, combination of 17 intermediate and intermediate stripe, and top) shall not be less than 3.0 mils. 18 19 6-07.3(10)L Environmental Condition Requirements Prior to Application of 20 Paint 21 This section is revised to read: 22 23 Environmental conditions shall be in accordance with Section 6-07.3(9)E. 24 25 6-07.3(10)M Steel Surface Condition Requirements Prior to Application of 26 Paint 2.7 The third paragraph is revised to read: 28 2.9 Edges of existing paint shall be feathered in accordance with SSPC-PA 1, Shop, Field, 30 and Maintenance Coating of Metals, Note 15.20. 31 32 6-07.3(10)N Field Coating Application Methods 33 The third sentence is revised to read: 34 35 The Contractor may apply stripe coat paint using spray or brush but shall follow spray 36 application using a brush to ensure complete coverage around structural geometric 37 irregularities and to push the paint into gaps between existing steel surfaces and around 38 rivets and bolts. 39 40 6-07.3(10)0 Applying Field Coatings 41 The second to last paragraph is revised to read: 42 43 Each application of primer, primer stripe, intermediate, intermediate stripe, and top coat 44 shall be considered as separately applied coats. The Contractor shall not use a 45 preceding or subsequent coat to remedy a deficiency in another coat. The Contractor 46 shall apply the top coat to at least the minimum specified top coat thickness, to provide 47 a uniform appearance and consistent finish coverage. 48 49 6-07.3(10)P Field Coating Repair 50 The second sentence is revised to read: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM- ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-55 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 Repair areas shall be cleaned of all damaged paint and the system reapplied using all 3 coats typical to the paint system and shall meet the minimum coating thickness. 4 5 6-07.3(11)A Painting of Galvanized Surfaces 6 This section is revised to read: 7 8 All galvanized surfaces receiving paint shall be prepared for painting in accordance with 9 the ASTM D 6386. The method of preparation shall be brush-off in accordance with 10 SSPC-SP16 Brush-Off Blast Cleaning of Coated and Uncoated Galvanized Steel, 11 Stainless Steels, and Non-Ferrous Metals or as otherwise allowed by the Engineer. The 12 Contractor shall not begin painting until receiving the Engineer's acceptance of the 13 prepared galvanized surface. For galvanized bolts used for replacement of deteriorated '14 existing rivets, the Contractor, with the concurrence of the Engineer and after successful 15 demonstration testing, may prepare galvanized surfaces in accordance with SSPC-SP1 16 followed by SSPC-SP2, Hand Tool Cleaning or SSPC-SP3, Power Tool Cleaning. The 17 demonstration testing shall include adhesion testing of the first coat of paint over 18 galvanized bolts, nuts, and washers or a representative galvanized surface. Adhesion 19 testing shall be performed in accordance with ASTM D 4541 for 600 psi minimum 20 adhesion. A minimum of 3 successful tests shall be performed on the galvanized 21 surface prepared and painted using the same methods and materials to be used on the 22 galvanized bolts, nuts and washers in the field. 23 24 6-07.3(11)A2 Paint Coat Materials 25 This section is revised to read: 26 27 The Contractor shall paint the dry surface as follows: 28 29 1. The first coat over a galvanized surface shall be an epoxy polyamide 30 conforming to Section 9-08.1(2)E . In the case of galvanized bolts used for 31 replacement of deteriorated existing rivets and for small surface areas less 32 than or equal to one square foot, an intermediate moisture cured polyurethane 33 conforming to Section 9-08.1(2)G may be used as a first coat. In both cases 34 the first coat shall be compatible with galvanizing and as recommended by the 35 top coat manufacturer. 36 37 2. The second coat shall be a top coat moisture cured aliphatic polyurethane 38 conforming to Section 9-08.1(2)H or a top coat polyurethane conforming to 39 Section 6-07.3(10)H Option 2 NEPCOAT performance based paint 40 specification compatible with the first coat as recommended by the 41 manufacturer. 42 43 Each coat shall be dry before the next coat is applied. All coats applied in the shop shall 44 be dried hard before shipment. 45 46 6-07.3(11)6 Powder Coating of Galvanized Surfaces 47 This section is revised to read_ 48 49 Powder coating of galvanized surfaces shall consist of the following coats: 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-56 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 1. The first coat shall be an epoxy powder primer coat conforming to Section 9- 2 08.2. 3 4 2. The second coat shall be a polyester finish coat conforming to Section 9-08.2- 5 6 6-07.3(11)B3 Galvanized Surface Cleaning and Preparation 7 The first three paragraphs are revised to read: 8 9 Galvanized surfaces receiving the powder coating shall be cleaned and prepared for 10 coating in accordance with ASTM D 7803, and the project-specific powder coating plan. 11 12 Assemblies conforming to the ASTM D 7803 definition for newly galvanized steel shall 13 receive surface smoothing and surface cleaning in accordance with ASTM D 7803, 14 Section 5, and surface preparation in accordance with ASTM D 7803, Section 5.1.3. 15 16 Assemblies conforming to the ASTM D 7803 definition for partially weathered 17 galvanized steel shall be checked and prepared in accordance with ASTM D 7803, 18 Section 6, before then receiving surface smoothing and surface cleaning in accordance 19 with ASTM D 7803, Section 5, and surface preparation in accordance with ASTM D 20 7803, Section 5.1.3. 21 22 The fourth paragraph (up until the colon) is revised to read: 23 24 Assemblies conforming to the ASTM D 7803 definition for weathered galvanized steel 25 shall be prepared in accordance with ASTM D 7803, Section 7 before then receiving 26 surface smoothing and surface cleaning in accordance with ASTM D 7803, Section 5, 27 and surface preparation in accordance with ASTM D 7803, Section 5.3 except as 28 follows: 29 30 6-07.3(11)B5 Testing 31 Item number 4 in the first paragraph is revised to read: 32 33 4. Adhesion testing in accordance with ASTM D 4541 for 600 psi minimum adhesion 34 for the complete two-component system. 35 36 The second sentence of the fourth paragraph is revised to read: 37 38 Rejected assemblies shall be repaired or recoated by the Contractor, at no additional 39 expense to the Contracting Agency, in accordance with the powder coating 40 manufacturer's recommendation as detailed in the project-specific powder coating plan, 41 until the assemblies satisfy the arceptanrp tPstincd regllirements. 42 43 6-07.3(12) Painting Ferry Terminal Structures 44 This section is revised to read: 45 46 Painting of ferry terminal Structures shall be in accordance with Section 6-07.3 as 47 supplemented below. 48 49 This section is supplemented with the following new subsections: 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-57 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 6-07.3(12)A Painting New Steel Ferry Terminal Structures 2 Painting of new steel Structures shall be in accordance with Section 6-07.3(9) except 3 that all coatings (primer, intermediate, intermediate stripe, and top) shall be applied in 4 the shop with the following exceptions: 5 6 1. Steel surfaces to be field welded. 7 8 2. Steel surfaces to be greased. 9 10 3. The length of piles designated in the Plans not requiring painting. 11 12 The minimum drying time between coats shall be as shown in the product data sheets, 13 but not less than 12 hours. The Contractor shall determine whether the paint has cured 14 sufficiently for proper application of succeeding coats. 15 16 6-07.3(12)A1 Paint Systems 17 Paint systems for Structural Steel, which includes vehicle transfer spans and 18 towers, pedestrian overhead loading structures and towers, upland structural steel 19 and other elements as designated in the Special Provisions shall be as specified in 20 Section 6-07.3(9)A. 21 22 Paint systems for Piling, Landing Aids and Life Ladders shall be as specified in the 23 Special Provisions. 24 25 6-07.3(12)A2 Paint Color 26 Paint colors shall be as specified in the Special Provisions. 27 28 6-07.3(12)A3 Coating Thickness 29 Coating thicknesses shall be as specified in the Special Provisions, 30 31 6-07.3(12)A4 Application of Field Coatings 32 An on-site supervisor shall be present for each work shift at the project site. 33 34 Upon completion of erection Work, all uncoated or damaged areas remaining, 35 including bolts, nuts, washers, splice plates, and field welds shall be prepared in 36 accordance with SSPC-SP 1, Solvent Cleaning, followed by SSPC-SP 11, Power 37 Tool Cleaning to Bare Metal. Surface preparation shall be measured according to 38 SSPC-VIS 3. SSPC-SP 11 shall be performed for a minimum distance of 1 inch 39 from the uncoated or damaged area. In addition, intact shop-applied coating 40 surrounding the area shall be abraded or sanded for a distance of 6 inches out from 41 the properly prepared clean/bare metal areas to provide adequate roughness for 42 application of field coatings. All sanding dust and contamination shall be removed 43 prior to application of field coatings. 44 45 Field applied paint for Structural Steel shall conform to Section 6-07.3(10)H, as 46 applicable. Field applied paint for Piling, Landing Aids and Life Ladders shall be as 47 specified in the Special Provisions. 48 49 For areas above the tidal zone, the minimum drying time between coats shall be as 50 shown in the product data sheets, but not less than 12 hours. For areas within the 51 tidal zone, the minimum drying time between coats shall be as recommended by CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-58 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 the paint system manufacturer. The Contractor shall determine whether the paint 2 has cured sufficiently for proper application of succeeding coats. 3 4 The maximum time between intermediate and top coats shall be in accordance with 5 the manufacturer's written recommendations. If the maximum time between coats 6 is exceeded, all newly coated surfaces shall be prepared to SSPC-SP 3, Power 7 Tool Cleaning, and shall be repainted with the same paint that was cleaned, at no 8 additional cost to the Contracting Agency. 9 10 Each coat shall be applied in a uniform layer, completely covering the preceding 11 coat. The Contractor shall correct runs, sags, skips, or other deficiencies before 12 application of succeeding coats. Such corrective work may require re-cleaning, 13 appilcation of additional paint, or other means as determined by the Engineer, at no 14 additional cost to the Contracting Agency. 15 16 Surface preparation for underwater locations shall consist of removing all dirt, oil, 17 grease, loose paint, loose rusty and marine growth from the area that is to be 18 repaired. The sound paint surrounding the damaged area shall be roughened to 19 meet the requirements of the manufacturer. Paint for underwater applications shall 20 be as specified in the Special Provisions and shall be applied in accordance with 21 the manufacturer's recommendations. 22 23 6-07.3(12)B Painting Existing Steel Ferry Terminal Structures 24 Painting of existing steel structures shall be in accordance with Section 6-07.3(10) as 25 supplemented by the following. 26 27 6-07.3(12)B1 Containment 28 Containment for full removal shall be in accordance with Section 6-07.3(10)A. 29 Containment for overcoat systems shall be in accordance with all applicable 30 Permits as required in the Special Provisions. 31 32 Prior to cleaning the Contractor shall enclose all exposed electrical and mechanical 33 equipment to seal out dust, water, and paint. Non-metallic surfaces shall not be 34 abrasive blasted or painted. Unless otherwise specified, the following metallic 35 surfaces shall not be painted and shall be protected from abrasive blasting and 36 painting: 37 38 1. Galvanized and stainless steel surfaces not previously painted, 39 40 2. Non-skid surfaces, 41 42 3. Unpainted intentionally greased surfaces, 43 44 4. Equipment labels, identification plates, tags, etc., 45 46 5. Fire and emergency containers or boxes, 47 48 6. Mechanical hardware such as hoist sheaves, hydraulic cylinders, gear 49 boxes, wire rope, etc. 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-59 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 The Contractor shall submit a Type 2 Working Drawing consisting of materials and 2 equipment used to shield components specified to not be cleaned and painted. 3 The Contractor shall shut off the power prior to working around electrical 4 equipment. The Contractor shall follow the lock-out/tag-out safety provisions of the 5 WAC 296-803 and all other applicable safety standards. 6 7 6-07.3(12)B2 Surface Preparation 8 For applications above high water and within the tidal zone, surface preparation for 9 overcoat painting shall be in accordance with SSPC-SP 1, Solvent Cleaning, 10 followed by SSPC-SP 3, Power Tool Cleaning. Use of wire brushes is not allowed. 11 After SP 3 cleaning has been completed all surfaces exhibiting coating failure down 12 to the steel substrate, and those exhibiting visible corrosion, shall be prepared 13 down to clean bare steel in accordance with SSPC-SP 15, Commercial Grade 14 Power Tool Cleaning. Surface preparation shall be measured according to SSPC- 15 VIS 3. SSPC-SP 15 shall be performed for a minimum distance of 1 inch from the 16 area exhibiting failure or visible corrosion. In addition, intact shop-applied coating 17 surrounding the repair area shall be abraded or sanded for a distance of 6 inches 18 out from the properly prepared clean/bare metal areas to provide adequate 19 roughness for application of repair coatings. All sanding dust and contamination 20 shall be removed prior to application of repair coatings. Surface preparation for full 21 paint removal shall be in accordance with Section 6-07.3(10)E except SSPC-SP 11 22 will be permitted as detailed in the Contractor's painting plan and as allowed by the 23 Engineer. 24 25 Surface preparation for underwater locations shall consist of removing all dirt, oil, 26 grease, loose paint, loose rust, and marine growth from the area that is to be 27 repaired. The sound paint surrounding the damaged area shall be roughened as 28 required by the coating manufacturer. 29 30 Removed marine growth may be released to state waters provided the marine 31 growth is not mixed with contaminants (paint, oil, rust, etc.) and it shall not 32 accumulate on the sea bed. All marine growth containing contaminants shall be 33 collected for proper disposal. 34 35 Surface preparation for the underside of bridge decks (consisting of either a steel 36 grid system of main bars or tees and a light gauge metal form, in-filled with 37 concrete or a corrugated light gauge metal form, infilled with concrete) shall be in 38 accordance with SSPC-SP 2, Hand Tool Cleaning or SSPC-SP 3, Power Tool 39 Cleaning with the intent of not causing further damage to the light gauge metal 40 form. Following removal of any pack rust and corroded sections from the underside 41 of the bridge deck, cleaning and flushing to remove salts and prior to applying the 42 primer coat, the Contractor shall seal the entire underside of the deck system with 43 rust-penetrating sealer. Damage to galvanized metal forms and/or grids shall be 44 repaired in accordance with ASTM A 780, with the preferred method of repair using 45 paints containing zinc dust. 46 47 6-07.3(12)B3 Paint Systems 48 Paints systems for Structural Steel, which includes vehicle transfer spans and 49 towers, pedestrian overhead loading structures and towers, upland structural steel 50 and other elements as designated in the Special Provisions shall be as specified in 51 Section 6-07.3(10)H. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-60 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 Paint systems for Piling, Landing Aids, Life Ladders, underside of vehicle transfer 3 span bridge decks, non-skid surface treated areas, and anti-graffiti coatings shall 4 be as specified in the Special Provisions. 5 6 6-07.3(12)B4 Paint Color 7 Paint colors shall be as specified in the Special Provisions, 8 9 6-07.3(12)B5 Coating Thickness 10 Coating thicknesses shall be as specified in the Special Provisions, 11 12 6-07.3(12)B6 Application of Field Coatings 13 Application of field coatings shall be in accordance with Section 6-07.3(10)0 and 14 Section 6-07.3(12)A2 except for the following: 15 16 1. All coatings applied in the field shall be applied using a brush or roller. 17 Spray application methods may be used if allowed by the Engineer. 18 19 2. Applied coatings shall not be immersed until the coating has been cured 20 as required by the coating manufacturer. 21 22 3. Non-skid surface treatment products shall be applied in accordance with 23 the manufacturer's recommendations. 24 25 4. Anti-graffiti coatings shall be applied in one coat following application of 26 the top coat, where specified in the Plans. 27 28 6-07.3(14)B Reference Standards 29 The second standard reference (to SSPC CS 23.00), and its accompanying title, is revised 30 to read: 31 32 SSPC CS 23.00 Specification for the Application of Thermal Spray Coatings 33 (Metallizing) of Aluminum, Zinc, and Their Alloys and 34 Composites for the Corrosion Protection of Steel 35 36 6-08.AP6 37 Section 6-08, Bituminous Surfacing on Structure Decks 38 January 7, 2019 39 6-08.3(7)A Concrete Deck Preparation 40 The first sentence of the first paragraph is revised to read. 41 42 The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish 43 the extent of bridge deck repair in accordance with Section 6-09.3(6). 44 45 6-08.3(8)A Structure Deck Preparation 46 The second sentence of the last paragraph is revised to read: 47 48 Prior to applying the primer or sheet membrane, all dust and loose material shall be 49 removed from the Structure Deck. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM — ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-61 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 6-09.AP6 3 Section 6-09, Modified Concrete Overlays 4 January 7, 2019 5 6-09.3 Construction Requirements 6 This section is supplemented with the following new subsection: 7 8 6-09.3(15) Sealing and Texturing Concrete Overlay 9 After the requirements for checking for bond have been met, all joints and visible cracks 10 shall be filled and sealed with a high molecular weight methacrylate resin (HMWM). 11 Cracks 1/16 inch and greater in width shall receive two applications of HMWM. 12 Immediately following the application of HMWM, the wetted surface shall be coated with 13 sand for abrasive finish. 14 15 After all cracks have been filled and sealed and the HMWM resin has cured, the 16 concrete overlay surface shall receive a longitudinally sawn texture in accordance with 17 Section 6-02.3(10)D5. 18 19 Traffic shall not be permitted on the finished concrete until it has reached a minimum 20 compressive strength of 3,000 psi as verified by rebound number determined in 21 accordance with ASTM C805 and the longitudinally sawn texture is completed. 22 23 6-09.3(1)B Rotary Milling Machines 24 This section is revised to read: 25 26 Rotary milling machines used to remove an upper layer of existing concrete overlay, 27 when present, shall have a maximum operating weight of 50,000 pounds and conform 28 to Section 6-08.3(5)B. 29 30 6-09.3(1)C Hydro-Demolition Machines 31 The first sentence of this section is revised to read: 32 33 Hydro-demolition machines shall consist of filtering and pumping units operating in 34 conjunction with a remote-controlled robotic device, using high-velocity water jets to 35 remove sound concrete to the nominal scarification depth shown in the Plans with a 36 single pass of the machine, and with the simultaneous removal of deteriorated concrete. 37 38 6-09.3(1)D Shot Blasting Machines 39 This section, including title, is revised to read: 40 41 6-09.3(1)D Vacant 42 43 6-09.3(1)E Air Compressor 44 This section is revised to read: 45 46 Air compressors shall be equipped with oil traps to eliminate oil from being blown onto 47 the bridge deck. 48 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-62 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 6-09.3(1)J Finishing Machine 2 This section is revised to read: 3 4 The finishing machine shall meet the requirements of Section 6-02.3(10) and the 5 following requirements: 6 7 The finishing machine shall be equipped with augers, followed by an oscillating, 8 vibrating screed, vibrating roller tamper, or a vibrating pan, followed by a rotating 9 cylindrical double drum screed. The vibrating screed, roller tamper or pan shall be 10 of sufficient length and width to properly consolidate the mixture. The vibrating 11 frequency of the vibrating screed, roller tamper or pan shall be variable with 12 positive control. 13 14 6-09.3(2) Submittals 15 Item number 1 and 2 are revised to read: 16 17 1 A Type 1 Working Drawing consisting of catalog cuts and operating parameters of 18 the hydro-demolition machine selected by the Contractor for use in this project to 19 scarify concrete surfaces. 20 21 2. A Type 1 Working Drawing consisting of catalog cuts, operating parameters, axle 22 loads, and axle spacing of the rotary milling machine (if used to remove an upper 23 layer of existing concrete overlay when present). 24 25 The first sentence of item number 3 is revised to read: 26 27 A Type 2 Working Drawing of the Runoff Water Disposal Plan. 28 29 6-09.3(5)A General 30 The first sentence of the fourth paragraph is revised to read: 31 32 All areas of the deck that are inaccessible to the selected scarifying machine shall be 33 scarified to remove the concrete surface matrix to a maximum nominal scarification 34 depth shown in the Plans by a method acceptable to the Engineer. 35 36 This section is supplemented with the following: 37 38 Concrete process water generated by scarifying concrete surface and removing existing 39 concrete overlay operations shall be contained, collected, and disposed of in 40 accordance with Section 5-01.3(11) and Section 6-09.3(5)C, and the Section 6-09.3(2) 41 Runoff Water Disposal Plan. 42 43 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines 44 This section's title is revised to read: 45 46 Testing of Hydro-Demolition Machines 47 48 The second paragraph is revised to read: 49 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-63 PROJECT#202 and 2161 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 In the "sound" area of concrete, the equipment shall be programmed to remove 2 concrete to the nominal scarification depth shown in the Plans with a single pass of the 3 machine. 4 5 6-09.3(5)D Shot Blasting 6 This section, including title, is revised to read: 7 8 6-09.3(5)D Vacant 9 10 6-09.3(5)E Rotomilling 11 This section, including title, is revised to read: 12 13 6-09.3(5)E Removing Existing Concrete Overlay Layer by Rotomilling 14 When the Contractor elects to remove the upper layer of existing concrete overlay, 15 when present, by rotomilling prior to final scarifying, the entire concrete surface of the 16 bridge deck shall be milled to remove the surface matrix to the depth specified in the 17 Plans with a tolerance as specified in Section 6-08.3(5)B. The operating parameters of 18 the rotary milling machine shall be monitored in order to prevent the unnecessary 19 removal of concrete below the specified removal depth. 20 21 6-09.3(6) Further Deck Preparation 22 The first paragraph is revised to read:: 23 24 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the 25 Contractor, with the Engineer, shall perform a visual inspection of the scarified surface. 26 The Contractor shall mark those areas of the existing bridge deck that are authorized by 27 the Engineer for further deck preparation by the Contractor. 28 29 Item number 4 of the second paragraph is deleted. 30 31 The first sentence of the third paragraph is deleted.. 32 33 6-09.3(6)A Equipment for Further Deck Preparation 34 This section is revised to read: 35 36 Further deck preparation shall be performed using either power driven hand tools 37 conforming to Section 6-09.3(1)A, or hydro-demolition machines conforming to Section 38 6-09.3(1)C. 39 40 6-09.3(6)B Deck Repair Preparation 41 The second paragraph is deleted. 42 43 The last sentence of the second paragraph (after the preceding Amendment is applied) is 44 revised to read: 45 46 In no case shall the depth of a sawn vertical cut exceed % inch or to the top of the top 47 steel reinforcing bars, whichever is less. 48 49 The first sentence of the third to last paragraph is revised to read: 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-64 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Where existing steel reinforcing bars inside deck repair areas show deterioration greater 2 than 20-percent section loss, the Contractor shall furnish and place steel reinforcing 3 bars alongside the deteriorated bars in accordance with the details shown in the 4 Standard Plans. 5 6 The last paragraph is deleted. 7 8 6-09.3(7) Surface Preparation for Concrete Overlay 9 The first seven paragraphs are deleted and replaced with the following. 10 11 Following the completion of any required further deck preparation the entire lane or strip 12 being overlaid shall be cleaned to be free from oil and grease, rust and other foreign 13 material that may still be present. These materials shall be removed by detergent- 14 cleaning or other method accepted by the Engineer followed by sandblasting. 15 16 After detergent cleaning and sandblasting is completed, the entire lane or strip being 17 overlaid shall be cleaned in final preparation for placing concrete. 18 19 Hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being 20 cleaned in final preparation for placing concrete shall be discontinued when final 21 preparation is begun. Scarifying and hand tool chipping shall remain suspended until 22 the concrete has been placed and the requirement for curing time has been satisfied. 23 Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time 24 after the completion of concrete placing. 25 26 Scarification, and removal of the upper layer of concrete overlay when present, may 27 proceed during the final cleaning and overlay placement phases of the Work on 28 adjacent portions of the Structure so long as the scarification and concrete overlay 29 removal operations are confined to areas which are a minimum of 100 feet away from 30 the defined limits of the final cleaning or overlay placement in progress. If the 31 scarification and concrete overlay removal impedes or interferes in any way with the 32 final cleaning or overlay placement as determined by the Engineer, the scarification and 33 concrete overlay removal Work shall be terminated immediately and the scarification 34 and concrete overlay removal equipment removed sufficiently away from the area being 35 prepared or overlaid to eliminate the conflict. If the grade is such that water and 36 contaminants from the scarification and concrete overlay removal operation will flow into 37 the area being prepared or overlaid, the scarification and concrete overlay removal 38 operation shall be terminated and shall remain suspended for the first 24 hours of curing 39 time after the completion of concrete placement. 40 41 6-09.3(11) Placing Concrete Overlay 42 The first sentence of item number 3 in the fourth paragraph is revised to read.- 43 ead:43 44 Concrete shall not be placed when the temperature of the concrete surface is less than 45 45°F or greater,than 75°F, and wind velocity at the construction site is in excess of 10 46 mph. 47 48 6-09.3(12) Finishing Concrete Overlay 49 The third paragraph is deleted. 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-65 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 The last paragraph is deleted. 2 3 6-09.3(13) Curing Concrete Overlay 4 The first sentence of the first paragraph is revised to read 5 6 As the finishing operation progresses, the concrete shall be immediately covered with a 7 single layer of clean, new or used, wet burlap. 8 9 The last sentence of the second paragraph is deleted. 10 11 The following two new paragraphs are inserted after the second paragraph. 12 13 As an alternative to the application of burlap and fog spraying described above, the 14 Contractor may propose a curing system using proprietary curing blankets specifically 15 manufactured for bridge deck curing. The Contractor shall submit a Type 2 Working 16 Drawing consisting of details of the proprietary curing blanket system, including product 17 literature and details of how the system is to be installed and maintained. 18 19 The wet curing regimen as described shall remain in place for a minimum of 42-hours- 20 21 The last paragraph is deleted. 22 23 6-09.3(14) Checking for Bond 24 The first sentence of the first paragraph is revised to read. 25 26 After the requirements for curing have been met, the entire overlaid surface shall be 27 sounded by the Contractor, in a manner accepted by and in the presence of the 28 Engineer, to ensure total bond of the concrete to the bridge deck. 29 30 The last sentence of the first paragraph is deleted. 31 32 The second paragraph is deleted. 33 34 6-10.AP6 35 Section 6-10, Concrete Barrier 36 August 6, 2018 37 6-10.2 Materials 38 In the first paragraph, the reference to "Portland Cement' is revised to read 39 40 Cement 9-01 41 42 6-10.3(6) Placing Concrete Barrier 43 The first two sentences of the first paragraph are revised to read: 44 45 Precast concrete barriers Type 2, Type 4, Type F, precast single slope barrier, and 46 transitions shall rest on a paved foundation shaped to a uniform grade and section. The 47 foundation surface for precast concrete barriers Type 2, Type 4, Type F, precast single 48 slope barrier, and transitions shall meet this test for uniformity: When a 10-foot CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-66 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 straightedge is placed on the surface parallel to the centerline for the barrier, the 2 surface shall not vary more than '/4 inch from the lower edge of the straightedge. 3 4 6-11.AP6 5 Section 6-11, Reinforced Concrete Walls 6 April 2, 2018 7 6-11.2 Materials 8 In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised 9 to read: 10 11 Aggregates for Concrete 9-03.1 12 13 6-12.AP6 14 Section 6-12, Noise Barrier Walls 15 August 6, 2018 16 6-12.2 Materials 17 In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised 18 to read: 19 20 Aggregates for Concrete 9-03.1 21 22 The first paragraph is supplemented with the following new material reference: 23 24 Noise Barrier Wall Access Door 9-06.17 25 26 6-12.3(9) Access Doors and Concrete Landing Pads 27 The second paragraph is deleted and replaced with the following. 28 29 All frame and door surfaces, except stainless steel surfaces, shall be painted in 30 accordance with Section 6-07.3(9). Primer shall be applied to all non-stainless steel 31 surfaces. All primer coated exposed metal surfaces shall be field painted with the 32 remaining Section 6-07.3(9)A paint system coats. The top coat, when dry, shall match 33 the color specified in the Plans or Special Provisions. 34 35 This section is supplemented with the following: 36 37 Access door deadbolt locks shall be capable of accepting a Best CX series core. The 38 Contractor shall furnish and install a spring-loaded construction core lock with each 39 lock. The Engineer will furnish the permanent Best CX series core for the Contractor to 40 install at the conclusion of the project. 41 42 6-13.AP6 43 Section 6-13, Structural Earth Walls 44 August 6, 2018 45 6-13.2 Materials 46 In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised 47 to read: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-67 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 Aggregates for Concrete 9-03.1 3 4 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication 5 Item number 1 of the sixth paragraph is revised to read: 6 7 1. Vertical dimensions shall be ± 1/6 inch of the Plan dimension, and the rear height 8 shall not exceed the front height. 9 10 Item number 3 of the sixth paragraph is revised to read: 11 12 3. All other dimensions shall be ± '/4 inch of the Plan dimension. 13 14 6-14.AP6 15 Section 6-14, Geosynthetic Retaining Walls 16 April 2, 2018 17 6-14.2 Materials 18 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland 19 Cement Concrete" are revised to read: 20 21 Cement 9-01 22 Aggregates for Concrete 9-03.1 23 24 6-15.AP6 25 Section 6-15, Soil Nail Walls 26 January 7, 2019 27 6-15.3(7) Shotcrete Facing 28 The last paragraph is supplemented with the following: 29 30 After final tightening of the nut, the threads of the soil nail shall at a minimum be flush 31 with the end of the nut. 32 33 6-16.AP6 34 Section 6-16, Soldier Pile and Soldier Pile Tieback Walls 35 April 2, 2018 36 6-16.2 Materials 37 In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised 38 to read: 39 40 Aggregates for Concrete 9-03.1 41 42 6-18.AP6 43 Section 6-18, Shotcrete Facing 44 April 1, 2019 45 6-18.2 Materials 46 The reference to metakaolin is deleted. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-68 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 6-18.3(3) Testing 3 In the last sentence of the first paragraph, "AASHTO T 24" is revised to read "ASTM C1604". 4 5 6-18.3(3)8 Production Testing 6 In the last sentence, "AASHTO T 24" is revised to read "ASTM C1604". 7 8 6-18.3(4) Qualifications of Contractor's Personnel 9 In the last sentence of the second paragraph, "AASHTO T 24" is revised to read "ASTM 10 C1604". 11 12 6-19.AP6 13 Section 6-19, Shafts 14 January 7, 2019 15 6-19.2 Materials 16 In the first paragraph, the references to "Portland Cement' and "Aggregates for Portland 17 Cement Concrete" are revised to read: 18 19 Cement 9-01 20 Aggregates for Concrete 9-03.1 21 22 6-19.3(1)A Shaft Construction Tolerances 23 The last paragraph is supplemented with the following: 24 25 The elevation of the top of the reinforcing cage for drilled shafts shall be within +6 26 inches and -3 inches from the elevation shown in the Plans. 27 28 6-19.3(2)D Nondestructive QA Testing Organization and Personnel 29 Item number 4 in the first paragraph is revised to read: 30 31 4. Personnel preparing test reports shall be a Professional Engineer, licensed under 32 Title 18 RCW, State of Washington, and shall seal the report in accordance with 33 WAC 196-23-020. 34 35 6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft 36 Excavation Operations 37 The first paragraph is supplemented with the following: 38 39 In no case shall shaft excavation and casing placement extend below the bottom of 40 shaft excavation as shown in the Plans. 41 42 6-19.3(6)E Thermal Wire and Thermal Access Point (TAPS) 43 The third sentence of the third paragraph is revised to read: 44 45 The thermal wire shall extend from the bottom of the reinforcement cage to the top of 46 the shaft, with a minimum of 5-feet of slack wire provided above the top of shaft. 47 48 The following new sentence is inserted after the third sentence of the third paragraph: 49 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-69 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 All thermal wires in a shaft shall be equal lengths. 2 3 6-19.3(9)D Nondestructive QA Testing Results Submittal 4 The last sentence of the first paragraph is revised to read: 5 6 Results shall be a Type 2E Working Drawing presented in a written report. 7 8 7-02.AP7 9 Section 7-02, Culverts 10 April 2, 2018 11 7-02.2 Materials 12 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland 13 Cement Concrete" are revised to read: 14 15 Cement 9-01 16 Aggregates for Concrete 9-03.1 17 18 7-02.3(6)A4 Excavation and Bedding Preparation 19 The first sentence of the third paragraph is revised to read- 20 21 The bedding course shall be a 6-inch minimum thickness layer of culvert bedding 22 material, defined as granular material either conforming to Section 9-03.12(3) or to 23 AASHTO Grading No. 57 as specified in Section 9-03.1(4)C. 24 25 7-05.AP7 26 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells 27 August 6, 2018 28 7-05.3 Construction Requirements 29 The fourth sentence of the third paragraph is deleted. 30 31 7-08.AP7 32 Section 7-08, General Pipe Installation Requirements 33 April 2, 2018 34 7-08.3(3) Backfilling 35 The fifth sentence of the fourth paragraph is revised to read: 36 37 All compaction shall be in accordance with the Compaction Control Test of Section 2- 38 03.3(14)D except in the case that 100% Recycled Concrete Aggregate is used. 39 40 The following new sentences are inserted after the fifth sentence of the fourth paragraph: 41 42 When 100% Recycled Concrete Aggregate is used, the Contractor may submit a written 43 request to use a test point evaluation for compaction acceptance. Test Point evaluation 44 shall be performed in accordance with SOP 738. 45 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-70 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 8-01.AP8 2 Section 8-01, Erosion Control and Water Pollution Control 3 April 1, 2019 4 8-01.1 Description 5 This section is revised to read: 6 7 This Work consists of furnishing, installing, maintaining, removing and disposing of best 8 management practices (BMPs), as defined in the Washington Administrative Code 9 (WAC) 173-201 A, to manage erosion and water quality in accordance with these 10 Specifications and as shown in the Plans or as designated by the Engineer. 11 12 1 he Contracting Agency may have a National Pollution Discharge Elimination System 13 Construction Stormwater General Permit (CSWGP) as identified in the Contract Special 14 Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP 15 to the Contractor when a CSWGP has been obtained. The Contracting Agency may not 16 have a CSWGP for the project but may have another water quality related permit as 17 identified in the Contract Special Provisions or the Contracting Agency may not have 18 water quality related permits but the project is subject to applicable laws for the Work. 19 Section 8-01 covers all of these conditions. 20 21 This section is supplemented with the following new subsection: 22 23 8-01.1(1) Definitions 24 1. pH Affected Stormwater 25 26 a. Stormwater contacting green concrete (concrete that has set/stiffen but is still 27 curing), recycled concrete, or engineered soils (as defined in the Construction 28 Stormwater General Permit (CSWGP)) as a natural process 29 30 b. pH monitoring shall be performed in accordance with the CSWGP, or Water 31 Quality Standards (WQS in accordance with WAC 173-201A (surface) or 173- 32 200C (ground)) when the CSWGP does not apply 33 34 c. May be neutralized and discharged to surface waters or infiltrated 35 36 2. pH Affected Non-Stormwater 37 38 a. Conditionally authorized in accordance with CSWGP Special Condition SA.C., 39 uncontaminated water contacting green concrete, recycled concrete, or 40 engineered soils (as defined in the CSWGP) 41 42 b. Shall not be categorized as cementitious wastewater/concrete wastewater, as 43 defined below 44 45 c. Shall be managed and treated in accordance with the CSWGP, or WQS when 46 the CSWGP does not apply 47 48 d. pH adjustment and dechlorination may be necessary, as specified in the 49 CSWGP or in accordance with WQS when the CSWGP does not apply CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-71 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 e. May be neutralized, treated, and discharged to surface waters in accordance 3 with the CSWGP, with the exception of water-only shaft drilling slurry. Water- 4 only shaft drilling slurry may be treated, neutralized, and infiltrated but not 5 discharged to surface waters (Refer to Special Conditions S1.C. Authorized 6 Discharges and S1.d Prohibited Discharges of the CSWGP) 7 8 3. Cementitious Wastewater/Concrete Wastewater 9 10 a. Any water that comes into contact with fine cementitious particles or slurry; any 11 water used in the production, placement and/or clean-up of cementitious 12 products; any water used to cut, grind, wash, or otherwise modify cementitious 13 products 14 15 b. When any water, including stormwater, commingles with cementitious 16 wastewater/concrete wastewater, the resulting water is considered 17 cementitious wastewater/concrete wastewater and shall be managed to 18 prevent discharge to waters of the State, including ground water 19 20 c. CSWGP Examples include: water used for or resulting from concrete 21 truck/mixer/pumper/tool/chute rinsing or washing, concrete saw cutting and 22 surfacing (sawing, coring, grinding, roughening, hydro-demolition, bridge and 23 road surfacing) 24 25 d. Cannot be neutralized and discharged or infiltrated 26 27 8-01.2 Materials 28 The first paragraph is revised to read: 29 30 Materials shall meet the requirements of the following sections: 31 32 Corrugated Polyethylene Drain Pipe 9-05.1(6) 33 Quarry Spalls and Permeable Ballast 9-13 34 Erosion Control and Roadside Planting 9-14 35 Construction Geotextile 9-33 36 37 The second paragraph is deleted. 38 39 8-01.3(1) General 40 This section is revised to read: 41 42 Adaptive management shall be employed throughout the duration of the project for the 43 implementation of erosion and water pollution control permit requirements for the 44 current condition of the project site. The adaptive management includes the selection 45 and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices, 46 implementing maintenance procedures, and other managerial practices that when used 47 singularly or in combination, prevent or reduce the release of pollutants to waters of the 48 State. The adaptive management shall use the means and methods identified in this 49 section and means and methods identified in the Washington State Department of 50 Transportation's Temporary Erosion and Sediment Control Manual or the Washington CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-72 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 State Department of Ecology's Stormwater Management Manuals for construction 2 stormwater. 3 4 The Contractor shall install a high visibility fence along the lines shown in the Plans or 5 as instructed by the Engineer. 6 7 Throughout the life of the project, the Contractor shall preserve and protect the 8 delineated preservation area, acting immediately to repair or restore any high visibility 9 fencing damaged or removed. 10 11 All discharges to surface waters shall comply with surface water quality standards as 12 defined in Washington Administrative Code (WAC) Chapter 173-201 A. All discharges to 13 groundwater shall comply with groundwater quality standards WAC Chapter 173-200. 14 The Contractor shall comply with the CSWGP when the project is covered by the 15 CSWGP. 16 17 Work, at a minimum, shall include the implementation of: 18 19 1. Sediment control measures prior to ground disturbing activities to ensure all 20 discharges from construction areas receive treatment prior to discharging from 21 the site. 22 23 2. Flow control measures to prevent erosive flows from developing. 24 25 3. Water management strategies and pollution prevention measures to prevent 26 contamination of waters that will be discharged to surface waters or the 27 ground. 28 29 4. Erosion control measures to stabilize erodible earth not being worked. 30 31 5. Maintenance of BMPs to ensure continued compliant performance. 32 33 6. Immediate corrective action if evidence suggests construction activity is not in 34 compliance. Evidence includes sampling data, olfactory or visual evidence 35 such as the presence of suspended sediment, turbidity, discoloration, or oil 36 Sheen in discharges. 37 38 To the degree possible, the Contractor shall coordinate this Work with permanent 39 drainage and roadside restoration Work the Contract requires. 40 41 Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose 42 more erodible earth than as listed below: 43 Western Washington Eastern Washington (West of the Cascade (East of the Cascade Mountain Crest) Mountain Crest May 1 through 17 Acres April 1 through 17 Acres September 30 October 31 October 1 November 1 through April 5 Acres through March 5 Acres 30 31 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-73 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 The Engineer may increase or decrease the limits based on project conditions. 3 4 Erodible earth is defined as any surface where soils, grindings, or other materials may 5 be capable of being displaced and transported by rain, wind, or surface water runoff. 6 7 Erodible earth not being worked, whether at final grade or not, shall be covered within 8 the specified time period (see the table below), using BMPs for erosion control. 9 Western Washington Eastern Washington (West of the Cascade (East of the Cascade Mountain Crest) Mountain Crest October 1 2 days October 1 5 days through April through June 30 maximum 30 I maximum May 1 to � 7 days November 1� 10 days September 30 maximum throug31March maximum 10 11 When applicable, the Contractor shall be responsible for all Work required for 12 compliance with the CSWGP including annual permit fees. 13 14 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 15 continue to comply with this division during the suspension. 16 17 8-01.3(1)A Submittals 18 This section's content is deleted. 19 20 This section is supplemented with the following new subsection: 21 22 8-01.3(1)A1 Temporary Erosion and Sediment Control Plan 23 Temporary Erosion and Sediment Control (TESC) Plans consist of a narrative section 24 and plan sheets that meets the Washington State Department of Ecology's Stormwater 25 Pollution Prevention Plan (SWPPP) requirement in the CSWGP. For projects that do not 26 require a CSWGP but have the potential to discharge to surface waters of the state, an 27 abbreviated TESC plan shall be used, which may consist of a narrative and/or plan 28 sheets and shall demonstrate compliance with applicable codes, ordinances and 29 regulations, including the water quality standards for surface waters; Chapter 173-201A 30 of the Washington Administrative Code (WAC) and water quality standards for 31 groundwaters in accordance with Chapter 173-200 WAC. 32 33 The Contractor shall either adopt the TESC Plan in the Contract or develop a new 34 TESC Plan. If the Contractor adopts the TESC Plan in scenarios in which the CSWGP 35 is transferred to the Contractor, the Contractor shall modify the TESC Plan to match the 36 Contractor's schedule, method of construction, and to include all areas that will be used 37 to directly support construction activity such as equipment staging yards, material 38 storage areas, or borrow areas. TESC Plans shall include all high visibility fence shown 39 in the Plans. All TESC Plans shall meet the requirements of the current edition of the 40 WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adaptively 41 managed throughout construction based on site inspections and required sampling to CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-74 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 maintain compliance with the CSWGP, or WQS when no CSWGP applies. The 2 Contractor shall develop a schedule for implementation of the TESC work and 3 incorporate it into the Contractor's progress schedule. 4 5 The Contractor shall submit their TESC Plan (either the adopted plan or new plan) as 6 Type 2 Working Drawings. At the request of the Engineer, updated TESC Plans shall be 7 submitted as Type 1 Working Drawings. 8 9 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 10 This section is revised to read: 11 12 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 13 TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Gertiticate 14 of Training in Construction Site Erosion and Sediment Control from a course approved 15 by the Washington State Department of Ecology. The ESC Lead must be onsite or on 16 call at all times throughout construction. The ESC Lead shall be listed on the 17 Emergency Contact List required under Section 1-05.13(1). 18 19 The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not 20 limited to: 21 22 1. Installing, adaptively managing, and maintaining temporary erosion and 23 sediment control BMPs to assure continued performance of their intended 24 function. Damaged or inadequate BMPs shall be corrected immediately. 25 26 2. Updating the TESC Plan to reflect current field conditions. 27 28 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs)to 29 the Washington State Department of Ecology in accordance with the CSWGP. 30 31 4. Develop and maintain the Site Log Book as defined in the CSWGP. When the 32 Site Log Book or portion thereof is electronically developed, the electronic 33 documentation must be accessible onsite. As a part of the Site Log Book, the 34 Contractor shall develop and maintain a tracking table to show that identified 35 TESC compliance issues are fully resolved within 10 calendar days. The table 36 shall include the date an issue was identified, a description of how it was 37 resolved, and the date the issue was fully resolved. 38 39 The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site 40 erosion and sediment control BMPs, and all stormwater discharge points at least once 41 every calendar week and within 24-hours of runoff events in which stormwater 42 discharges from the site. Inspections of temporarily stabilized, inactive sites may be 43 reduced to once every calendar month. The Washington State Department of Ecology's 44 Erosion and Sediment Control Site Inspection Form, located at 45 https://ecology.wa.gov/Regulations-Permits/Permits-certifications/Stormwater-general- 46 permits/Construction-stormwater-permit, shall be completed for each inspection and a 47 copy shall be submitted to the Engineer no later than the end of the next working day 48 following the inspection. 49 50 8-01.3(1)C Water Management 51 This section is supplemented with the following new subsections: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-75 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water 3 Mark (OHWM) 4 Work over surface waters of the state (defined in WAC 173-201A-010) or below the 5 OHWM (defined in RCW 90.58.030) shall comply with water quality standards for 6 surface waters of the State of Washington. 7 8 8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid 9 All equipment containing hydraulic fluid that extends from a bridge deck over surface 10 waters of the state or below the OHWM, shall be equipped with a biodegradable 11 hydraulic fluid. The fluid shall achieve either a Pw1 Environmental Persistence 12 Classification stated in ASTM D6046 (>-60% biodegradation in 28 days) or equivalent 13 standard. Alternatively, hydraulic fluid that meets International Organization for 14 Standardization (ISO 15380), the European Union Ecolabel, or equivalent certification 15 will also be accepted. 16 17 The Contractor shall submit a Type 1 Working Drawing consisting of a manufacturer 18 catalog cut of the hydraulic fluid used. 19 20 The designation of biodegradable hydraulic fluid does not mean fluid spills are 21 acceptable. The Contractor shall respond to spills to land or water in accordance with 22 the Contract, the associated SPCC Plan, and all applicable local, state, and federal 23 regulations. 24 25 8-01.3(1)C7 Turbidity Curtain 26 All Work for the turbidity curtain shall be in accordance with the manufacturer's 27 recommendations for the site conditions. Removal procedures shall be developed and 28 used to minimize silt release and disturbance of silt. The Contractor shall submit a Type 29 2 Working Drawing, detailing product information, installation and removal procedures, 30 equipment and workforce needs, maintenance plans, and emergency 31 repair/replacement plans. 32 33 Turbidity curtain materials, installation, and maintenance shall be sufficient to comply 34 with water quality standards. 35 36 The Contractor shall notify the Engineer 10 days in advance of removing the turbidity 37 curtain. All components of the turbidity curtain shall be removed from the project. 38 39 8-01.3(1)C1 Disposal of Dewatering Water 40 This section is revised to read: 41 42 When uncontaminated groundwater is encountered in an excavation on a project it may 43 be infiltrated within vegetated areas of the right of way not designated as Sensitive 44 Areas or incorporated into an existing stormwater conveyance system at a rate that will 45 not cause erosion or flooding in any receiving surface water. 46 47 Alternatively, the Contractor may pursue independent disposal and treatment 48 alternatives that do not use the stormwater conveyance system provided it is in 49 compliance with the applicable WACs and permits. 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-76 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 8-01.3(1)C2 Process Wastewater 2 This section is revised to read: 3 4 Wastewater generated on-site as a byproduct of a construction process shall not be 5 discharged to surface waters of the State. Some sources of process wastewater may be 6 infiltrated in accordance with the CSWGP. Some sources of process wastewater may 7 be disposed via independent disposal and treatment alternatives in compliance with the 8 applicable WACs and permits. 9 10 8-01.3(1)C3 Shaft Drilling Slurry Wastewater 11 This section is revised to read: 12 '13 Wastewater generated on-site during shaft drilling activity shall be managed and 14 disposed of in accordance with the requirements below. No shaft drilling slurry 15 wastewater shall be discharged to surface waters of the State. Neither the sediment nor 16 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as 17 detectable by visible or olfactory indication (e.g., chemical sheen or smell). 18 19 1. Water-only shaft drilling slurry or water slurry with accepted flocculants may be 20 infiltrated on-site. Flocculants used shall meet the requirements of Section 9- 21 14.5(1) or shall be chitosan products listed as General Use Level Designation 22 (GULD) on the Washington State Department of Ecology's stormwater 23 treatment technologies webpage for construction treatment. Infiltration is 24 permitted if the following requirements are met: 25 26 a. Wastewater shall have a pH of 6.5—8.5 prior to discharge. 27 28 b. The amount of flocculant added to the slurry shall be kept to the minimum 29 needed to adequately settle out solids. The flocculant shall be thoroughly 30 mixed into the slurry. 31 32 c. The slurry removed from the shaft shall be contained in a leak proof cell or 33 tank for a minimum of 3 hours. 34 35 d. The infiltration rate shall be reduced if needed to prevent wastewater from 36 leaving the infiltration location. The infiltration site shall be monitored 37 regularly during infiltration activity. All wastewater discharged to the 38 ground shall fully infiltrate and discharges shall stop before the end of 39 each work day. 40 41 e. Drilling spoils and settled sediments remaining in the containment cell or 42 tank shall be disposed of in accordance with Section 6-19.3(4)F. 43 44 f. Infiltration locations shall be in upland areas at least 150 feet away from 45 surface waters, wells, on-site sewage systems, aquifer sensitive recharge 46 areas, sole source aquifers, well head protection areas, and shall be 47 marked on the plan sheets before the infiltration activity begins. 48 49 g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry 50 Wastewater Management and Infiltration Plan as a Type 2 Working 51 Drawing. This Plan shall be kept on-site, adapted if needed to meet the CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-77 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 construction requirements, and updated to reflect what is being done in 2 the field. The Working Drawing shall include, at a minimum, the following 3 information: 4 5 i. Plan sheet showing the proposed infiltration location and all surface 6 waters, wells, on-site sewage systems, aquifer-sensitive recharge 7 areas, sole source aquifers, and well-head protection areas within 8 150 feet. 9 10 ii. The proposed elevation of soil surface receiving the wastewater for 11 infiltration and the anticipated phreatic surface (i.e., saturated soil). 12 13 iii. The source of the water used to produce the slurry. 14 15 iv. The estimated total volume of wastewater to be infiltrated. 16 17 v. The accepted flocculant to be used (if any). 18 19 vi. The controls or methods used to prevent surface wastewater runoff 20 from leaving the infiltration location. 21 22 vii. The strategy for removing slurry wastewater from the shaft and 23 containing the slurry wastewater once it has been removed from the 24 shaft. 25 26 viii. The strategy for monitoring infiltration activity and adapting methods 27 to ensure compliance. 28 29 ix. A contingency plan that can be implemented immediately if it 30 becomes evident that the controls in place or methods being used are 31 not adequate. 32 33 x. The strategy for cleaning up the infiltration location after the infiltration 34 activity is done. Cleanup shall include stabilizing any loose sediment 35 on the surface within the infiltration area generated as a byproduct of 36 suspended solids in the infiltrated wastewater or soil disturbance 37 associated with BMP placement and removal. 38 39 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives 40 not allowed for infiltration shall be contained and disposed of by the Contractor 41 at an accepted disposal facility in accordance with Section 2-03.3(7)C. Spoils 42 that have come into contact with mineral slurry shall be disposed of in 43 accordance with Section 6-19.3(4)F. 44 45 8-01.3(1)C4 Management of Off-Site Water 46 This section is revised to read: 47 48 Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site 49 surface water and overland flow that will run-on to the project. Off-site surface water 50 run-on shall be diverted through or around the project in a way that does not introduce 51 construction related pollution. It shall be diverted to its preconstruction discharge CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-78 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 location in a manner that does not increase preconstruction flow rate and velocity and 2 protects contiguous properties and waterways from erosion. The Contractor shall submit 3 a Type 2 Working Drawing consisting of the method for performing this Work. 4 5 8-01.3(1)E Detention/Retention Pond Construction 6 This section is revised to read: 7 8 Permanent or temporary ponds shall be constructed before beginning other grading and 9 excavation Work in the area that drains into that pond. Detention/retention ponds may 10 be constructed concurrently with grading and excavation when allowed by the Engineer. 11 Temporary conveyances shall be installed concurrently with grading in accordance with 12 the TESC Plan so that newly graded areas drain to the pond as they are exposed. 13 14 8-01.3(2) Seeding, Fertilizing, and Mulching 15 This section's title is revised to read: 16 17 8-01.3(2) Temporary Seeding and Mulching 18 19 8-01.3(2)A Preparation for Application 20 This section is revised to read: 21 22 A cleated roller, crawler tractor, or similar equipment, which forms longitudinal 23 depressions at least 2 inches deep shall be used for compaction and preparation of the 24 surface to be seeded. The entire area shall be uniformly covered with longitudinal 25 depressions formed perpendicular to the natural flow of water on the slope. The soil 26 shall be conditioned with sufficient water so the longitudinal depressions remain in the 27 soil surface until completion of the seeding. 28 29 8-01.3(2)A1 Seeding 30 This section is deleted in its entirety. 31 32 8-01.3(2)A2 Temporary Seeding 33 This section is deleted in its entirety. 34 35 8-01.3(2)B Seeding and Fertilizing 36 This section, including title, is revised to read, 37 38 8-01.3(2)B Temporary Seeding 39 Temporary grass seed shall be a commercially prepared mix, made up of low growing 40 grass species that will grow without irrigation at the project location, and accepted by 41 the Engineer. The application rate shall be two pounds per 1000 square feet. 42 43 The Contractor shall notify the Engineer not less than 24 hours in advance of any 44 seeding operation and shall not begin the Work until areas prepared or designated for 45 seeding have been accepted. Following the Engineer's acceptance, seeding of the 46 accepted slopes shall begin immediately. 47 48 Temporary seeding may be sown at any time allowed by the Engineer. Temporary 49 seeding shall be sown by one of the following methods: 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-79 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 1. A hydro seeder that utilizes water as the carrying agent, and maintains 2 continuous agitation through paddle blades. It shall have an operating capacity 3 sufficient to agitate, suspend, and mix into a homogeneous slurry the specified 4 amount of seed and water or other material. Distribution and discharge lines 5 shall be large enough to prevent stoppage and shall be equipped with a set of 6 hydraulic discharge spray nozzles that will provide a uniform distribution of the 7 slurry. 8 9 2. Blower equipment with an adjustable disseminating device capable of 10 maintaining a constant, measured rate of material discharge that will ensure an 11 even distribution of seed at the rates specified. 12 13 3. Power-drawn drills or seeders. 14 15 4. Areas in which the above methods are impractical may be seeded by hand 16 methods. 17 18 When seeding by hand, the seed shall be incorporated into the top 114 inch of soil by 19 hand raking or other method that is allowed by the Engineer. 20 21 Seed applied using a hydroseeder shall have a tracer added to visibly aid uniform 22 application. This tracer shall not be harmful to plant, aquatic, or animal life. If Short- 23 Term Mulch is used as a tracer, the application rate shall not exceed 250 pounds 24 per acre. 25 26 Seed and fertilizer may be applied in one application provided that the fertilizer is placed 27 in the hydroseeder tank no more than 1 hour prior to application. 28 29 8-01.3(2)D Mulching 30 This section, including title, is revised to read: 31 32 8-01.3(2)D Temporary Mulching 33 Temporary mulch shall be straw, wood strand, or HECP mulch and shall be used for the 34 purpose of erosion control by protecting bare soil surface from particle displacement. 35 Mulch shall not be applied below the anticipated water level of ditch slopes, pond 36 bottoms, and stream banks. HECP mulch shall not be used within the Ordinary High 37 Water Mark. Non-HECP mulches applied below the anticipated water level shall be 38 removed or anchored down so that it cannot move or float, at no additional expense to 39 the Contracting Agency. 40 41 Straw or wood strand mulch shall be applied at a rate to achieve at least 95 percent 42 visual blockage of the soil surface. 43 44 Short Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and 45 may be applied in one lift. 46 47 Moderate Term Mulch and Long Term Mulch shall be hydraulically applied at the rate of 48 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 49 50 Mulch sprayed on signs or sign Structures shall be removed the same day. 51 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-80 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Areas not accessible by mulching equipment shall be mulched by accepted 2 hand methods. 3 4 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 5 This section is deleted in its entirety. 6 7 8-01.3(2)G Protection and Care of Seeded Areas 8 This section is deleted in its entirety. 9 10 8-01.3(2)H Inspection 11 This section is deleted in its entirety. 12 13 8-01.3(2)1 Mowing 14 This section is deleted in its entirety. 15 16 8-01.3(3) Placing Biodegradable Erosion Control Blanket 17 This section's title is revised to read: 18 19 8-01.3(3) Placing Erosion Control Blanket 20 21 The first sentence of the first paragraph is revised to read: 22 23 Erosion Control Blankets are used as an erosion prevention device and to enhance the 24 establishment of vegetation. 25 26 The second paragraph is revised to read: 27 28 When used to enhance the establishment of seeded areas, seeding and fertilizing shall 29 be done prior to blanket installation. 30 31 8-01.3(4) Placing Compost Blanket 32 This section is revised to read: 33 34 Compost blankets are used for erosion control. Compost blanket shall be only be placed 35 on ground surfaces that are steeper than 3-1 oot horizontal and 1-foot vertical though 36 steeper slopes shall be broken by wattles or compost socks placed according to the 37 Standard Plans. Compost shall be placed to a depth of 3 inches over bare soil. An 38 organic tackifier shall be placed over the entire composted area when dry or windy 39 conditions are present or expected. The tackifier shall be applied immediately after the 40 application of compost to prevent compost from leaving the composted area. 41 42 Medium compost shall be used for the compost blanket. Compost may serve the 43 purpose of soil amendment as specified in Section 8-02.3(6). 44 45 8-01.3(5) Plastic Covering 46 The first paragraph is revised to read: 47 48 Erosion Control - Plastic coverings used to temporarily cover stockpiled materials, 49 slopes or bare soils shall be installed and maintained in a way that prevents water from 50 intruding under the plastic and prevents the plastic cover from being damaged by wind. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-81 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Plastic coverings shall be placed with at least a 12-inch overlap of all seams and be a 2 minimum of 6 mils thick. Use soil stabilization and energy dissipation BMPs to minimize 3 the erosive energy flows coming off sloped areas of plastic (e.g., toe of slope). When 4 feasible, prevent the clean runoff from plastic from hitting bare soil. Direct flows from 5 plastic to stabilized outlet areas. 6 7 8-01.3(7) Stabilized Construction Entrance 8 The first paragraph is revised to read: 9 10 Temporary stabilized construction entrance shall be constructed in accordance with the 11 Standard Plans, prior to construction vehicles entering the roadway from locations that 12 generate sediment track out on the roadway. Material used for stabilized construction 13 entrance shall be free of extraneous materials that may cause or contribute to track out. 14 15 8-01.3(8) Street Cleaning 16 This section is revised to read: 17 18 Self-propelled pickup street sweepers shall be used to remove and collect dirt and other 19 debris from the Roadway. The street sweeper shall effectively collect these materials 20 and prevent them from being washed or blown off the Roadway or into waters of the 21 State. Street sweepers shall not generate fugitive dust and shall be designed and 22 operated in compliance with applicable air quality standards. Material collected by the 23 street sweeper shall be disposed of in accordance with Section 2-03.3(7)C. 24 25 When allowed by the Engineer, power broom sweepers may be used in non-sensitive 26 areas. The broom sweeper shall sweep dirt and other debris from the roadway into the 27 work area. The swept material shall be prevented from entering or washing into waters 28 of the State. 29 30 Street washing with water will require the concurrence of the Engineer. 31 32 8-01.3(12) Compost Socks 33 The first two sentences of the first paragraph are revised to read: 34 35 Compost socks are used to disperse flow and sediment. Compost socks shall be 36 installed as soon as construction will allow but before flow conditions create erosive 37 flows or discharges from the site. Compost socks shall be installed prior to any mulching 38 or compost placement. 39 40 8-01.3(13) Temporary Curb 41 The last two sentences of the second paragraph are revised to read: 42 43 Temporary curbs shall be a minimum of 4 inches in height. Temporary curb shall be 44 installed so that ponding does not occur in the adjacent roadway. 45 46 8-01.3(14) Temporary Pipe Slope Drain 47 The third and fourth paragraphs are revised to read: 48 49 The pipe fittings shall be water tight and the pipe secured to the slope with metal posts, 50 wood stakes, or sand bags. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-82 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 2 The water shall be discharged to a stabilized conveyance, sediment trap, stormwater 3 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain 4 water quality compliance. 5 6 The last paragraph is deleted. 7 8 8-01.3(15) Maintenance 9 This section is revised to read: 10 11 Erosion and sediment control BMPs shall be maintained or adaptively managed as 12 required by the CSWGP until the Engineer determines they are no longer needed. .13 When deficiencies in functional performance are identified, the deficiencies shall be 14 rectified immediately. 15 16 The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for 17 damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired 18 immediately. 19 20 In areas where the Contractor's activities have compromised the erosion control 21 functions of the existing grasses, the Contractor shall overseed at no additional cost to 22 the Contracting Agency. 23 2.4 The quarry spalls of construction entrances shall be refreshed, replaced, or screened to 25 maintain voids between the spalls for collecting mud and dirt. 26 27 Unless otherwise specified, when the depth of accumulated sediment and 28 debris reaches approximately '/3 the height of the BMP the deposits shall be removed. 29 Debris or contaminated sediment shall be disposed of in accordance with Section 2- 30 03.3(7)C. Clean sediments may be stabilized on-site using BMPs as allowed by the 31 Engineer. 32 33 8-01.3(16) Removal 34 This section is revised to read: 35 36 The Contractor shall remove all temporary BMPs, all associated hardware and 37 associated accumulated sediment deposition from the project limits prior to Physical 38 Completion unless otherwise allowed by the Engineer. When the temporary BMP 39 materials are made of natural plant fibers unaltered by synthetic materials the Engineer 40 may allow leaving the BMP in place. 41 42 The Contractor shall remove BMPs and associated hardware in a way that minimizes 43 soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil 44 after removal of BMPs. If the installation and use of the erosion control BMPs have 45 compacted or otherwise rendered the soil inhospitable to plant growth, such as 46 construction entrances, the Contractor shall take measures to rehabilitate the soil to 47 facilitate plant growth. This may include, but is not limited to, ripping the soil, 48 incorporating soil amendments, or seeding with the specified seed. 49 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-83 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP 2 may be transferred back to the Contracting Agency. Approval of the Transfer of 3 Coverage request will require the following: 4 5 1. All other Work required for Contract Completion has been completed- 6 7 2. All Work required for compliance with the CSWGP has been completed to the 8 maximum extent possible. This includes removal of BMPs that are no longer 9 needed and the site has undergone all Stabilization identified for meeting the 10 requirements of Final Stabilization in the CSWGP. 11 12 3. An Equitable Adjustment change order for the cost of Work that has not been 13 completed by the Contractor. 14 15 4. Submittal of the Washington State Department of Ecology Transfer of 16 Coverage form (Ecology form ECY 020-87a) to the Engineer. 17 18 If the Engineer approves the transfer of coverage back to the Contracting Agency, the 19 requirement in Section 1-07.5(3)for the Contractor's submittal of the Notice of 20 Termination form to the Washington State Department of Ecology will not apply. 21 22 8-01.4 Measurement 23 This section's content is deleted and replaced with the following new subsections: 24 25 8-01.4(1) Lump Sum Bid for Project (No Unit Items) 26 When the Bid Proposal contains the item "Erosion Control and Water Pollution 27 Prevention" there will be no measurement of unit or force account items for Work 28 defined in Section 8-01 except as described in Sections 8-01.4(3) and 8-01.4(4). Also, 29 except as described in Section 8-01.4(3), all of Sections 8-01.4(2) and 8-01.5(2) are 30 deleted. 31 32 8-01.4(2) Item Bids 33 When the Proposal does not contain the items "Erosion Control and Water Pollution 34 Prevention", Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will 35 contain some or all of the following items measured as noted. 36 37 ESC lead will be measured per day for each day that an inspection is made and a 38 report is filed. 39 40 Erosion control blanket and plastic covering will be measured by the square yard 41 along the ground slope line of surface area covered and accepted. 42 43 Turbidity curtains will be measured by the linear foot along the ground line of the 44 installed curtain. 45 46 Check dams will be measured per linear foot one time only along the ground line of 47 the completed check dam. No additional measurement will be made for check 48 dams that are required to be rehabilitated or replaced due to wear. 49 50 Stabilized construction entrances will be measured by the square yard by ground 51 slope measurement for each entrance constructed. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-84 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 2 Tire wash facilities will be measured per each for each tire wash installed.. 3 4 Street cleaning will be measured by the hour for the actual time spent cleaning 5 pavement, refilling with water, dumping and transport to and from cleaning 6 locations within the project limits, as authorized by the,Engineer. Time to mobilize 7 the equipment to or from the project limits on which street cleaning is required will 8 not be measured. 9 10 Inlet protections will be measured per each for each initial installation at a 11 drainage structure. 12 13 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by 14 the linear foot along the ground line of the completed barrier. 15 16 Wattles and compost socks will be measured by the linear foot. 17 18 Temporary curbs will be measured by the linear foot along the ground line of the 19 completed installation. 20 21 Temporary pipe slope drains will be measured by the linear foot along the flow line 22 of the pipe. 23 24 Coir logs will be measured by the linear foot along the ground line of the completed 25 installation. 26 27 Outlet protections will be measured per each initial installation at an outlet location. 28 29 Temporary seeding, temporary mulching, and tackifiers will be measured by the 30 acre by ground slope measurement. 31 32 Compost blanket will be measured by the square yard by ground slope surface 33 area covered and accepted. 34 35 8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 36 Pollution Prevention 37 The Contract Provisions may establish the project as lump sum, in accordance with 38 Section 8-01.4(1) and also include one or more of the items included above in Section 39 8-01.4(2). When that occurs, the corresponding measurement provision in Section 8- 40 01.4(2) is not deleted and the Work under that item will be measured as specified. 41 42 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution 43 Prevention 44 Compost blanket will be measured by the square yard by ground slope surface area 45 covered and accepted. 46 47 Temporary mulch will be measured by the acre by ground slope surface area covered 48 and accepted. 49 50 High visibility fence will be measured by the linear foot along the ground line of the 51 completed fence. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-85 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 8-01.5 Payment 3 This section's content is deleted and replaced with the following new subsections: 4 5 8-01.5(1) Lump Sum Bid for Project (No Unit Items) 6 Payment will be made for the following Bid item when it is included in the Proposal: 7 8 "Erosion Control and Water Pollution Prevention", lump sum. 9 10 The lump sum Contract price for"Erosion Control and Water Pollution Prevention" 11 shall be full pay to perform the Work as described in Section 8-01 except for costs 12 compensated by Bid Proposal items inserted through Contract Provisions as 13 described in Section 8-01.4(2). Progress payments for the lump sum item "Erosion 14 Control and Water Pollution Prevention" will be made as follows: 15 16 1. The Contracting Agency will pay 15 percent of the bid amount for the 17 initial set up for the item. Initial set up includes the following: 18 19 a. Acceptance of the TESC Plan provided by the Contracting Agency or 20 submittal of a new TESC Plan, 21 22 b. Submittal of a schedule for the installation of the BMPs, and 23 24 c. Identifying water quality sampling locations. 25 26 2. 70 percent of the bid amount will be paid in accordance with Section 1- 27 09.9. 28 29 3. Once the project is physically complete and copies of the all reports 30 submitted to the Washington State Department of Ecology have been 31 submitted to the Engineer, and, if applicable, transference of the CSWGP 32 back to the Contracting Agency is complete, the remaining 15 percent of 33 the bid amount shall be paid in accordance with Section 1-09.9. 34 35 8-01.5(2) Item Bids 36 "ESC Lead", per day. 37 38 "Turbidity Curtain", per linear foot. 39 40 "Erosion Control Blanket", per square yard. 41 42 "Plastic Covering", per square yard. 43 44 "Check Dam", per linear foot. 45 46 "Inlet Protection", per each. 47 48 "Gravel Filter Berm", per linear foot. 49 50 "Stabilized Construction Entrance", per square yard. 51 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-86 PROJECT#202 and 2161 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 "Street Cleaning", per hour. 2. 3 "Silt Fence", per linear foot. 4 5 "Wood Chip Berm", per linear foot. 6 7 "Compost Berm", per linear foot. 8 9 "Wattle", per linear foot. 10 11 "Compost Sock", per linear foot. 12 13 "Coir Log", per linear foot. 14 15 "Temporary Curb", per linear foot. 16 17 "Temporary Pipe Slope Drain", per linear foot. 18 19 "Temporary Seeding", per acre. 20 21 "Temporary Mulching", per acre. 22 23 "Compost Blanket", per square yard. 24 25 "Outlet Protection", per each. 26 27 "Tackifier", per acre. 28 29 "Erosion/Water Pollution Control", by force account as provided in Section 1-09.6. 30 31 Maintenance and removal of erosion and water pollution control devices including 32 removal and disposal of sediment, stabilization and rehabilitation of soil disturbed 33 by these activities, and any additional Work deemed necessary by the Engineer to 34 control erosion and water pollution will be paid by force account in accordance with 35 Section 1-09.6. 36 37 To provide a common Proposal for all Bidders, the Contracting Agency has entered an 38 amount in the Proposal to become a part of the Contractor's total Bid. 39 40 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 41 Pollution Prevention 42 The Contract may establish the project as lump sum, in accordance with Section 8- 43 01.4(1) and also reinstate the measurement of one or more of the items described in 44 Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When 45 that occurs, the corresponding payment provision in Section 8-01.5(2) is not deleted 46 and the Work under that item will be paid as specified. 47 48 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution 49 Prevention 50 Payment will be made for the following Bid item when it is included in the Proposal: 51 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-87 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 "High Visibility Fence", per linear foot. 2 3 8-02.AP8 4 Section 8-02, Roadside Restoration 5 April 1, 2019 6 This section, including all subsections, is revised to read: 7 8 8-02.1 Description 9 This Work consists of preserving, maintaining, establishing and augmenting vegetation 10 on the roadsides and within mitigation or sundry site areas. It includes vegetation 11 preservation, weed and pest control, furnishing and placing topsoil, compost, and soil 12 amendments, and furnishing and planting seed, sod and plants of all forms and 13 container types. It includes performing plant establishment activities and soil 14 bioengineering. Work shall be performed in accordance with these Specifications and 15 as shown in the Plans or as designated by the Engineer. 16 17 Trees, whips, shrubs, ground covers, cuttings, live stakes, live poles, live branches, 18 rhizomes, tubers, rootstock, and seedlings will hereinafter be referred to collectively as 19 "plants" or"plant material'. Grass, wildflowers, and other plant materials installed in 20 seed form will hereinafter be referred to collectively as "seed 21 22 8-02.2 Materials 23 Materials shall meet the requirements of the following sections. 24 25 Erosion Control and Roadside Planting 9-14 26 Water 9-25.2 27 28 Botanical identification and nomenclature of plant materials shall be based on 29 descriptions by Hitchcock and Cronquist in "Flora of the Pacific Northwest'. Botanical 30 identification and nomenclature of plant material not found in "Flora" shall be based on 31 Bailey in "Hortus Third" or superseding editions and amendments or as referenced in 32 the Plans. 33 34 8-02.3 Construction Requirements 35 8-02.3(1) Responsibility During Construction 36 The Contractor shall prepare, install, and ensure adequate and proper care of all 37 roadside seeded, planted, and lawn areas on the project until all plant 38 establishment periods required by the Contract are complete or until Physical 39 Completion of the project, whichever is last. 40 41 Adequate and proper care shall include, but is not limited to, keeping all plant 42 material in a healthy, growing condition by watering, pruning, and other actions 43 deemed necessary for plant health. This Work shall include keeping the project 44 area free from insect infestation, weeds or unwanted vegetation, litter, and other 45 debris along with retaining the finished grades and mulch in a neat uniform 46 condition. 47 48 Existing desirable vegetation shall be saved and protected unless removal is 49 required by the Contract or allowed by the Engineer. 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-88 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 The Contractor shall have sole responsibility for the maintenance and appearance 2 of the roadside restoration. 3 4 8-02.3(2) Work Plans a Three Work Plan submittals exist under this Section: 6 7 1 Roadside Work Plan: This plan is required when Work will disturb the 8 roadside beyond 20 feet from the pavement or where trees or native 9 vegetation will be removed, the Contractor shall submit a Type 2 Working 10 Drawing. 11 12 2. Weed and Pest Control Plan: This plan is required when the proposal 13 contains the item "Weed and Pest Control," and prior to application of any 14 chemicals or weed control activities, the Contractor shall submit a Type 2 15 Working Drawing. 16 17 3. Plant Establishment Plan: This plan is required when the proposal 18 contains the item "PSIPE_", and prior to completion of Initial Planting, the 19 Contractor shall submit a Type 2 Working Drawing. 20 21 8-02.3(2)A Roadside Work Plan 22 The Roadside Work Plan shall define the expected impacts to the roadside 23 and restoration resulting from Work necessary to meet all Contract 2.4 requirements. The Contractor shall define how the roadside restoration Work 25 included in the Contract will be phased and coordinated with project Work such 26 as earthwork, staging, access, erosion and water pollution control, irrigation, 27 etc. The Roadside Work Plan shall include the following: 28 29 1. Limiting impacts to roadsides: 30 31 a. Limits of Work including locations of staging or parking. 32 33 b. Means and methods for vegetation protection (in accordance 34 with Section 1-07.16(2)). 35 36 c. Locations outside of clearing limits where vegetation shall be 37 removed to provide access routes or other needs to accomplish 38 the Work. 39 40 d. Plans for removal, preservation and stockpile of topsoil or other 41 native materials, if outside of clearing and grubbing limits and 42 within the project limits. 43 44 2. Roadside Restoration: 45 46 a. Plan for propagation and procurement of plants, ground 47 preparation for planting, and installation of plants. 48 49 b. Means and methods to limit soil compaction where seeding and 50 planting are to occur, such as steel plates, hog fuel access CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-89 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 roads, wood mats for sensitive areas (including removal) and 2 decompaction for unavoidable impacts. 3 4 c. Plan and timing to incorporate or remove erosion control items- 5 6 3. Lawn Installation: 7 8 a. Schedule for lawn installation work. 9 10 b. Establishment and maintenance of lawns. 11 12 8-02.3(2)B Weed and Pest Control Plan 13 The Weed and Pest Control Plan shall describe all weed and pest control 14 needs for the project. 15 16 The plan shall be prepared and signed by a licensed Commercial Pest Control 17 Operator or Consultant. The plan for control of weeds and pests on the 18 Contract in accordance with Section 8-02.3(3) shall include the following: 19 20 1. Names of plan preparer and pesticide operators, including contact 21 information. The Contractor shall furnish the Engineer evidence that 22 all operators are licensed with appropriate endorsements, and that 23 the pesticide used is registered for use by the Washington State 24 Department of Agriculture. 25 26 2. Means and methods of weed control, including mechanical and/or 27 chemical. 28 29 3. Schedule for weed control including re-entry times for pesticide 30 application by pesticide type. 31 32 4. Proposed pesticide use in accordance with Section 8-02.3(3)A: 33 name, application rate, and Safety Data Sheets of all proposed 34 pesticides. Include a copy of the current product label for each 35 pesticide to be used. 36 37 5. Plan to ensure worker safety until pesticide re-entry periods are met. 38 39 8-02.3(2)C Plant Establishment Plan 40 The Plant Establishment Plan shall describe activities necessary to ensure 41 continued health and vigor of planted and seeded areas in accordance with the 42 requirements of Sections 8-02.3(12) and 8-02.3(13). Should the plan become 43 unworkable at any time during the first-year plant establishment, the 44 Contractor shall submit a revised plan prior to proceeding with further Work. 45 The Plant Establishment Plan shall include: 46 47 1. Proposed scheduling of joint inspection meetings, activities, 48 materials, equipment to be utilized for the first-year plant 49 establishment. 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-90 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2. Proposed adaptive management activities to ensure successful 2 establishment of seeded, sodded, and planted areas. 3 4 3. A contact person. 5 6 4. Management of the irrigation system, when applicable. 7 8 8-02.3(3) Weed and Pest Control 9 The Contractor shall control weed and pest species within the project limits using 10 integrated pest management principles consisting of mechanical, biological, and 11 chemical controls that are outlined in the Weed and Pest Control Plan or as 12 designated by the Engineer. Controlling weeds consists of killing and removing 13 weeds by chernical, mechanical, and hand methods. 14 15 8-02.3(3)A Chemical Pesticides 16 Chemical pesticides include, but are not restricted to, any substance or mixture 17 of substances intended for preventing, destroying, repelling or mitigating any 18 pest, including but not limited to, insecticides, herbicides, fungicides, 19 adjuvants, and additives, including plant regulators, defoliants and desiccants. 20 The Contractor shall apply chemical pesticides in accordance with the label 21 recommendations, the Washington State Department of Ecology, local 22 sensitive area ordinances, and Washington State Department of Agriculture 23 laws and regulations. Only those pesticides listed in the table Herbicides 24 Approved for Use on WSDOT Rights of Way and accepted as part of the 25 Weed and Pest Control Plan or by written authorization from the Engineer may 26 be used (www.wsdot.wa_Dov/�-naintenanc_e_/roadside/herbicide use.htni). 27 28 The applicator shall be licensed by the State of Washington as a Commercial 29 Applicator or Commercial Operator, with additional endorsements as required 30 by the Special Provisions or the proposed weed control plan. All chemical 31 pesticides shall be delivered to the job site in the original containers, or if pre- 32 mixed off-site, a certification of the components and formulation from the 33 supplier is required. The licensed applicator or operator shall complete 34 WSDOT Form 540-509, Commercial Pesticide Application Record, each day 35 the pesticide is applied and furnish a copy to the Engineer by the following 36 business day. 37 38 The Contractor shall ensure confinement of the chemicals within the 39 designated areas. The use of spray chemical pesticides shall require the use 40 of anti-drift and activating agents and a spray pattern indicator unless 41 otherwise allowed by the Engineer. 42 43 The Contractor shall assume all responsibility for rendering any area 44 unsatisfactory for planting by reason of chemical application. Damage to 45 adjacent areas, either on or off the Highway Right of Way, shall be repaired to 46 the satisfaction of the Engineer or the property owner at no additional cost to 47 the Contracting Agency. 48 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-91 PROJECT#202 and 2161 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 8-02.3(3)B Planting and Lawn Area Weed Control 2 Planting and lawn area weed control consists of controlling weeds and pests in 3 planted and lawn areas shown in the Plans. This Work is included in the bid 4 items for planting and lawn installation. 5 6 All planting and lawn areas shall be prepared so that they are weed and debris 7 free at the time of planting and until completion of the project. The planting 8 areas shall include the entire ground surface, regardless of cover, areas 9 around plants, and those areas shown in the Plans. 10 11 Within planting or lawn areas, all species that are not shown in the Plans are 12 unwanted and shall be controlled unless specifically allowed by the Engineer 13 to remain. 14 15 Grass growing within the mulch ring of a plant, including grass applied in 16 accordance with Sections 8-01.3(2)A1, 8-02.3(9) or 8-02.3(10), shall be 17 considered a weed and shall be controlled on the project in accordance with 18 the weed and pest control plan. 19 20 All applications of post-emergent herbicides shall be made while green and 21 growing tissue is present. Residual herbicides shall not be used where 22 rhizomatous species or perennial species are indicated. 23 24 Should unwanted vegetation reach the flowering and seed stage in violation of 25 these Specifications, the Contractor shall physically remove and bag the seed 26 heads prior to seed dispersion. All physically removed vegetation and seed 27 heads shall be disposed of off-site at no cost to the Contracting Agency. 28 29 8-02.3(3)C Project Area Weed and Pest Control 30 The Contractor shall control weeds not otherwise covered in accordance with 31 Section 8-02.3(3)B, in all areas within the project limits, including erosion 32 control seeding areas and vegetation preservation areas, as designated by the 33 Engineer. 34 35 When the Bid Item "Project Area Weed and Pest Control" is included in the 36 Contract, the Contractor shall also control all weeds specified as noxious by 37 the Washington State Department of Agriculture, the local Weed District, or the 38 County Noxious Weed Control Board outside of planting areas within the 39 project limits. 40 41 8-02.3(4) Topsoil 42 Topsoil shall not be worked or placed when the ground or topsoil is frozen, or 43 excessively wet. 44 45 The Contractor shall protect topsoil stockpiled for project use to prevent erosion 46 and weed growth. Weed growth on topsoil stockpile sites shall be immediately 47 eliminated in accordance with the accepted Weed and Pest Control Plan and 48 Section 8-02.3(3)C. 49 50 The subsoil where topsoil is to be placed shall be tilled to a depth of 1 foot or as 51 specified in the Special Provisions or the Plans. Topsoil of the type specified shall CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-92 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 be evenly spread over the specified areas to the depth shown in the Plans or as 2 otherwise ordered by the Engineer. Topsoil depths greater than 6 inches shall be 3 placed in lifts no more than 6 inches in depth. The first lift of topsoil shall be 4 incorporated with sub-soil to a depth of 8 inches and subsequent lifts placed and 5 lightly tamped between lifts. After the topsoil has been spread, all large clods, hard 6 lumps, and rocks 2 inches in diameter and larger, and litter shall be raked up, 7 removed, and disposed. 8 9 8-02.3(4)A Topsoil Type A 10 Topsoil Type A shall be as specified in the Special Provisions. The Contractor 11 shall submit a certification by the supplier that the contents of the Topsoil meet 12 the requirements in the Special Provisions. 13 14 8-02.3(4)B Topsoil Type B 15 Topsoil Type B shall be naturally occurring topsoil taken from within the project 16 limits and shall meet the requirements of Section 9-14.1(2). Topsoil Type B 17 shall be taken from areas shown in the Plans to the designated depth and 18 stockpiled at locations that will not interfere with the construction of the project, 19 and outside of sensitive areas, as allowed by the Engineer. A minimum of two 20 weeks prior to excavation of Topsoil Type B, the Contractor shall pre-treat the 21 vegetation on the designated Topsoil Type B areas according to the Weed and 22 Pest Control Plan. Areas beyond the slope stakes shall be disturbed as little as 23 possible in the above operations and under no circumstances shall Topsoil 24 Type B be stockpiled within 10 feet of any existing tree or vegetation area 25 designated to be saved and protected. The Contractor shall protect topsoil 26 stockpile from weed infestation. 27 28 The Contractor shall set aside sufficient material to satisfy the needs of the 29 project. 30 31 Upon completion of topsoil placement, the Contractor shall dispose of 32 remaining stockpiled Topsoil Type B not required for use on the project at no 33 additional expense to the Contracting Agency in accordance with Section 2- 34 03.3(7)C. 35 36 Should a shortage of Topsoil Type B occur, and the Contractor has wasted or 37 otherwise disposed of topsoil material, the Contractor shall furnish Topsoil 38 Type A or C at no additional expense to the Contracting Agency. 39 40 8-02.3(4)C Topsoil Type C 41 Topsoil Type C shall be naturally occurring topsoil obtained from a source 42 provided by the Contractor outside of the Contracting Agency-owned Right of 43 Way. Topsoil Type C shall meet the requirements of Sections 8-02.3(4)B and 44 9-14.1(3). The Contractor shall not begin removal of Topsoil Type C from the 45 proposed source until the material has been allowed for use by the Engineer. 46 47 8-02.3(5) Roadside Seeding, Lawn and Planting Area Preparation 48 This Work includes preparing worked areas for the installation of all types of 49 permanent erosion control planting. Work shall be conducted so the flow lines in 50 drainage channels are maintained. Material displaced by the Contractor's CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-93 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 operations that interferes with drainage shall be removed from the channel and 2 disposed of as allowed by the Engineer. 3 4 8-02.3(5)A Seeding Area Preparation 5 The Contractor shall prepare roadside seeding areas as follows:. 6 7 1. Remove all excess material, debris, stumps, and rocks greater than 3 8 inches in diameter from areas to be seeded. Dispose of removed 9 materials offsite. 10 11 2. Prepare roadside seeding area to a weed free and bare condition. 12 13 3. Bring area to uniform grade and install topsoil, soil amendments, or 14 compost as specified. Any slopes 3(H) to 1(V) or steeper shall not be 15 tilled unless otherwise specified. 16 17 4. Compact to provide a reasonably firm but friable seedbed; tractor 18 walk to uniformly cover the surface with longitudinal depressions at 19 least 2 inches deep formed perpendicular to the natural flow of water 20 on the slope. Condition the soil with sufficient water so the 21 longitudinal depressions remain in the soil surface until completion of 22 the seeding. 23 24 5. Seed and mulch within 2 days of preparation. 25 26 8-02.3(5)B Lawn Area Preparation 27 The Contractor shall prepare lawn areas as follows: 28 29 1. Prepare lawn area to a weed free and bare condition in accordance 30 with Section 8-02.3(3)B. 31 32 2. Remove excess material, stumps, wood or rocks over 3 inches in 33 diameter and remove from site. 34 35 3. Bring area to uniform grade and install topsoil or soil amendments in 36 accordance with Section 8-02.3(4) and 8-02.3(6). 37 38 4. Till to an 8-inch depth, rake to a smooth even grade without low areas 39 that trap water, and compact with a 50-pound roller. The finished 40 grade of the soil shall be 1 inch below the top of all curbs, junction 41 and valve boxes, walks, driveways, and other Structures. 42 43 5. Seed or sod the area within two days of preparation. 44 45 8-02.3(5)C Planting Area Preparation 46 The Contractor shall prepare planting areas as follows: 47 48 1. Prepare planting area to a weed free and bare condition in 49 accordance with Section 8-02.3(3)B. 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-94 PROJECT#202 and 2161 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2. Decompact soil to a depth of 18 inches where construction activities 2 have taken place or where native soils are compacted. 3 4 3. Return soil to uniform grade even with surrounding areas, leaving no 5 holes or mounds over 3 inches in depth or height. 5 7 4. Remove excess material, stumps, wood or rocks over 3 inches in 8 diameter and remove from site. 9 10 5. Apply compost or other amendments as indicated in the plans and in 11 accordance with Section 8-02.3(6). 12 13 6. Cultivate amendments to a depth of 12 inches to provide a 14 reasonably firm but friable planting area. Do not till any slopes 3(H)to 15 1(V) or steeper. 16 17 7. Return soil to a uniform finished grade, 1 inch, or the specified depth 18 of mulch plus 1 inch, below walks, curbs, junction and valve boxes, 19 catch basins, and driveways, unless otherwise specified. 20 21 8. Begin planting and mulching the area within two days of final 22 preparation. 23 24 8-02.3(6) Soil Amendments 25 The Contractor shall place soil amendments of the type, quality, and quantities 26 specified where shown in the Plans or as specified in the Special Provisions. Areas 27 receiving soil amendments shall be bare soil or vegetation free prior to application. 28 All soil amendments shall be installed as shown in the Plans within 30 calendar 29 days after delivery to the project site. 30 31 8-02.3(6)A Compost 32 Compost used for soil amendments shall be Fine Compost unless otherwise 33 designated in the Plans. When compost blanket is used for temporary erosion 34 control, the compost blanket may be incorporated into the soil immediately 35 prior to planting when used as compost soil amendment. The area shall be 38 prepared in accordance with Section 8-02.3(5) prior to placing compost. 37 38 8-02.3(6)B Fertilizers 39 The Contractor shall apply fertilizer in the form, mixture, and rate specified in 40 the Special Provisions or as directed by the Engineer. Application procedures 41 shall be in accordance with the manufacturer's recommendations unless 42 otherwise specified in the Special Provisions. 43 44 The Contractor shall submit a guaranteed fertilizer analysis label for the 45 selected product a minimum of one week prior to application for acceptance. 46 Following the Engineer's acceptance, fertilizing of the accepted ground or 47 vegetated surfaces shall begin immediately. 48 49 In seeding and lawn areas to be fertilized, the fertilizer shall be applied 50 concurrently with the seed. When fertilizer is hydraulically applied, the fertilizer 51 shall be suitable for application with seeding as specified in Section 8- CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-95 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 02.3(9)C. If hydroseeding, the fertilizer shall be placed in the hydroseeder tank 2 no more than 1 hour prior to application. 3 4 Fertilizers for planting areas shall be applied concurrently with compost and 5 applied prior to incorporation, unless tablet form fertilizer is specified. Where 6 tablet form fertilizer is specified, fertilizer shall be applied concurrently with 7 plant installation. 8 9 Fertilizer sprayed on signs or sign structures shall be removed the same day_ 10 11 Areas not accessible by fertilizing equipment shall be fertilized by allowed 12 hand methods. 13 14 Second Application: A second application of fertilizer shall be applied as 15 specified in the Special Provisions at the locations designated in the Plans. 16 The fertilizer shall be applied during the months of March, April, or May of the 17 following year after the initial seeding, planting, or lawn installation. The 18 fertilizer shall be dry granular pellets or pearls and applied in accordance with 19 the manufacturer's recommendations or as specified in the Special Provisions. 20 21 8-02.3(7) Layout of Planting, Lawn and Seeding Areas 22 The Contractor shall lay out and prepare planting and lawn areas and receive the 23 Engineer's acceptance of layout and preparation prior to any installation activities. 24 The Contractor shall stake the location of all trees larger than 1-inch caliper and the 25 perimeter of all planting areas for acceptance by the Engineer prior to any 26 installation activities. 27 28 The Contractor shall locate all trees to be planted in mowable grass areas a 29 minimum of 10 feet from the edge of planting areas, other trees, fence lines, and 30 bottom of ditches unless otherwise specified. 31 32 Tree locations shown in the Plans shall be considered approximate unless shown 33 with stationing and offset distance. In irrigated areas, trees shall be located so their 34 trunk is a minimum of of the spray radius away from the nearest sprinkler head. 35 36 Unless otherwise shown, planting areas located adjacent to Roadways shall begin 37 6 feet from the edge of shoulder on roadway fills and begin 5 feet up on the back 38 slope from the bottom on roadway cut sections. Plants within planting areas shall 39 be located such that mature branching pattern will not block sight distance, signs, 40 or other traffic-related devices. No trees shall be placed where the mature canopy 41 will grow to within 10 feet of existing power lines. Where roadside ditches are 42 present, planting areas shall begin 5 feet from the centerline of the ditch unless 43 shown otherwise in the Plans. 44 45 8-02.3(8) Planting 46 8-02.3(8)A Dates and Conditions for Planting 47 No plant material shall be planted until it has been inspected and accepted for 48 planting by the Engineer. Rejected material shall be removed from the project 49 site immediately. All plants for the project or a sufficient quantity to plant 1-acre 50 of the site, whichever is less, shall be received on site prior to the Engineer 51 beginning inspection of the plants. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-96 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications 1 (Revised June 3,2019) 2 Under no circumstances will planting be permitted during unsuitable soil or 3 weather conditions as determined by the Engineer. Unsuitable conditions may 4 include frozen soil, freezing weather, saturated soil, standing water, high 5 winds, heavy rains, and high water levels. The ground shall be moist at the 6 time of planting. All planting shall be accomplished during the following 7 periods: 8 9 1. Non-Irrigated Plant Material 10 Western Washington (West of the Cascade Mountain Crest)- 11 October 1 to March 1. 12 Eastern Washington (East of the Cascade Mountain Crest)- October 13 1 to November 15. 14 15 2. Irrigated Plant Material 16 17 In irrigated areas, plant material shall not be installed until the irrigation 18 system is fully operational and accepted by the Engineer. Trees and 19 shrubs may be planted in irrigated areas during the non-irrigated planting 20 window before the irrigation system is functional with the written 21 concurrence of the Engineer only if the irrigation system is guaranteed to 22 be operational prior to the end of the non-irrigated planting window. 23 24 8-02.3(8)B Plant Installation 25 The Contractor shall handle plant material in the following manner: 26 27 1. Root systems shall be kept covered and damp at all times. Plant 28 material shall be kept in containers until the time of planting. 29 30 2. Roots shall not be bunched, curled, twisted, or unreasonably bent 31 when placed in the planting hole. Bare root plant material shall be 32 dormant at the time of harvesting and planting. The root systems of 33 all bare root plant material shall be dipped in a slurry immediately 34 prior to planting. 35 36 3. Plant material supplied in wrapped balls shall not be removed from 37 the wrapping until the time of planting at the planting location. The 38 root system of balled plant material shall be moist at the time of 39 planting. Root balls shall be loosened prior to planting. All burlap, 40 baskets, string, wire and other such materials shall be removed from 41 the hole when planting balled plants. 42 43 4. Plant cutting material shall be dormant at the time of cutting and 44 planting. All cuttings shall be installed immediately if buds begin to 45 swell. 46 47 5. Plants shall be placed with the crown at the finished grade. In their 48 final position, plants shall have their top true root (not adventitious 49 root) no more than 1 inch below the soil surface, no matter where that 50 root was located in the original root ball or container. The backfill CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-97 PROJECT#202 and 216 1 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 material, including container and root ball soil, shall be thoroughly 2 watered on the same day that planting occurs regardless of season. 3 4 When installing plants, the Contractor shall dig planting holes three times the 5 diameter of the container or root ball size. Any glazed surface of the planting 6 hole shall be roughened prior to planting. 7 8 8-02.3(8)C Pruning, Staking, Guying, and Wrapping 9 Plants shall be pruned at the time of planting, only to remove minor broken or 10 damaged twigs, branches or roots. Pruning shall be performed with a sharp 11 tool and shall be done in such a manner as to retain or to encourage natural 12 growth characteristics of the plants. All other pruning shall be performed only 13 after the plants have been in the ground at least 1 year and when plants are 14 dormant. 15 16 Trees shall only be staked when so noted in the Plans. Each tree shall be 17 staked or guyed before completion of the backfilling in accordance with the 18 details shown in the Plans. 19 20 Trees shall be wrapped when so noted in the Plans. 21 22 8-02.3(9) Seeding, Fertilizing, and Mulching 23 For all seed, the Contractor shall furnish the following documentation to the 24 Engineer: 25 26 1. The state or provincial seed dealer license and endorsements. 27 28 2. Copies of Washington State Department of Agriculture (WSDA)test 29 results on each lot of seed. Test results shall be within six months prior to 30 the date of application. 31 32 8-02.3(9)A Dates for Application of Seed 33 Unless otherwise allowed by the Engineer, the Contractor shall apply seed for 34 permanent erosion control during the following periods: 35 Western Washington' Eastern Washington (West of the Cascade Mountain (East of the Cascade Mountain Crest) Crest) March 1 through May 15 f October 1 through November 15 September 1 through October 1 'Seeding may be allowed outside these dates when allowed by the Engineer. 36 37 All roadway excavation and embankment ground surfaces that are completed 38 to final grades shall be prepared and seeded during the first available seeding 39 window. When environmental conditions are not conducive to satisfactory 40 results, the Engineer may suspend the seeding Work until such time that the 41 desired results are likely to be obtained. If seeding is suspended, temporary 42 erosion control methods according to Section 8-01 shall be used to protect the 43 bare soil until seeding conditions improve. 44 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-98 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 8-02.3(9)B Seeding and Fertilizing 2 The Contractor shall prepare the seeding area in accordance with Section 8- 3 02.3(5)A and apply seed at the rate and mix specified in the Special 4 Provisions. The Contractor shall notify the Engineer within 5 days in advance 5 of any seeding operation and shall not begin the Work until areas prepared or 6 designated for seeding have been accepted. Following the Engineer's 7 acceptance, seeding of the accepted ground surfaces shall begin immediately. 8 9 Seeding shall not be done during windy weather or when the ground is frozen, 10 or excessively wet. 11 12 When seeding by hand, the seed shall be incorporated into the top '14 inch of 13 soil by hand raking or other method that is allowed by the Engineer. 14 15 Seed applied as a separate operation using a hydroseeder shall have a tracer 16 added to visibly aid uniform application. The tracer shall be HECP Short-Term 17 Mulch applied at a rate of 200 to 250 pounds per acre and the tracer shall carry 18 the measured specified seeding rate. 19 20 8-02.3(9)C Seeding with Fertilizers and Mulches 21 When the Proposal includes any variation of seeding, fertilizing, and without 22 mulching, the seed and fertilizer shall be applied in one application followed by 23 mulching. West of the Cascade Mountains, seed, fertilizer, and mulch may be 24 completely applied in one application. East of the Cascades, seeding, 25 fertilizing, and mulching shall not be applied as a single application unless 26 allowed by the Engineer in writing prior to application. The fertilizing and 27 mulching shall meet the requirements of Sections 8-02.3(6) and 8-02.3(11). 28 29 8-02.3(9)D Inspection 30 Seeded areas will be inspected upon completion of seeding, fertilizing, and 31 mulching. The Work in any area will not be measured for payment until a 32 uniform distribution of the materials is accomplished at the specified rate. 33 Areas that have not received a uniform application of seed, fertilizer, and 34 mulch at the specified rate, as determined by the Engineer, shall be re-seeded, 35 re-fertilized, or re-mulched prior to payment for seeding within a designated 36 area. 37 38 8-02.3(9)E Protection and Care of Seeded Areas 39 The Contractor shall install and establish a stable and weed free stand of 40 grass as specified within all designated permanent seeding areas. A stable 41 stand of grass shall meet the following requirements: 42 43 1 A dense and uniform canopy cover, 70% for Western Washington 44 and 50% for Eastern Washington, of specified species covers all 45 seeded areas after 3 months of active growth following germination 46 during the growing season. Canopy cover is defined as the cover of 47 living and vigorous grass blades, leaves, and shoots of specified 48 species. Volunteer species, weeds, woody plants, or other 49 undesirable vegetation shall not factor into the canopy cover. Growth 50 and establishment may require supplemental irrigation to meet cover 51 requirements. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-99 PROJECT#202 and 2161 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 2. Stand health is evident by vigorously growing planted species having 3 a uniform rich-green appearance and with no dead patches or major 4 gaps of growth. A stand of grass that displays rusting, wilting, stunted 5 growth, disease, yellowing or browning of leaves, or bare patches 6 does not meet the stand health requirement. 7 8 3. The Contractor shall establish a stable stand of grass free of all 9 weeds, non-specified grasses, and other undesirable vegetation. 10 Weed control shall be in accordance with the Weed and Pest Control 11 Plan and occur on a monthly basis during the establishment period 12 and through the life of the Contract. 13 14 4. Remove all trash, rocks, construction debris, and other obstructions 15 that may be detrimental to the continued establishment of future 16 seeding. 17 18 In addition to the requirements of Section 1-07.13(1), restoration of eroded 19 areas including clean up, removal, and proper disposal of eroded material, 20 filling and raking of eroded areas with Topsoil Type A or fine compost, and re- 21 application of the specified seed, fertilizer, and mulch shall occur at no 22 additional cost to the Contracting Agency. 23 24 8-02.3(10) Lawn Installation 25 8-02.3(10)A Dates and Conditions for Lawn Installation 26 In irrigated areas, lawn installation shall not begin until the irrigation system 27 is fully operational. 28 29 Unless otherwise allowed by the Engineer, seeded lawn installation shall be 30 performed during the following time periods at the location shown: 31 Western Washington Eastern Washington (West of the Cascade Mountain (East of the Cascade Mountain Crest) Crest) March 1 through May 15 October 1 through November 15 September 1-,,,through October 1 When irrigation system is operational When irrigation system is operational _ March 1 through October 1 March 1 through November 1 32 33 8-02.3(10)6 Lawn Seeding and Sodding 34 The Contractor shall prepare the lawn area in accordance with Section 8- 35 02.3(5) and apply seed at the mix and rate of application as specified in the 36 Special Provisions. 37 38 The Contractor shall have the option of sodding in lieu of seeding for lawn 39 installation at no additional expense to the Contracting Agency. Seeding in lieu 40 of sodding will not be allowed. 41 42 Seed placed by hand shall be raked into the soil. Following raking, the seeded 43 soil shall be rolled with a smooth 50-pound roller. Sod strips shall be placed 44 within 48 hours of being cut. Placement shall be without voids and have the CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-100 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 end joints staggered. Following placement, the sod shall be rolled with a 2 smooth roller to establish contact with the soil. 3 4 Barriers shall be erected, with warning signs where necessary, to preclude 5 pedestrian traffic access to the newly placed lawn during the establishment 6 period. 7 8 8-02.3(10)C Lawn Establishment 9 Lawn establishment shall consist of caring for all new lawn areas within the 10 limits of the project. 11 12 The lawn establishment period shall begin immediately after the lawn seeding 13 or sodding has been accepted by the Engineer and shall extend to the end of 14 four mowings or 20 working days whichever is longer. The mowings shall be 15 done in accordance with Section 8-02.3(10)D. 16 17 During the lawn establishment period, the Contractor shall ensure the 18 continuing healthy growth of the turf. This care shall include keeping the 19 project in a presentable condition including, but not limited to, removal of litter, 20 mowing, trimming, removal of grass clippings, edging, fertilization, insecticide 2.1 and fungicide applications, weed control, watering, repairing the irrigation 22 system, and repair and reseeding all damaged areas. 23 24 Temporary barriers shall be removed only when directed by the Engineer. 25 26 All Work performed under lawn establishment shall comply with established 27 turf management practices. 28 29 Acceptance of lawn planting as specified will be based on a uniform stand of 30 grass and a uniform grade at the time of final inspection. The Contractor shall 31 recultivate, re-grade, reseed, and refertilize areas that are bare or have a poor 32 stand of grass or not having a uniform grade through any cause before final 33 inspection at no additional cost to the Contracting Agency. 34 35 8-02.3(10)D Lawn Mowing 36 Lawn mowing shall begin immediately after the lawn establishment period has 37 been accepted by the Engineer and shall extend to the end of the Contract or 38 the first-year plant establishment, whichever is last. 39 40 The Contractor shall accomplish the following minimum requirements: 41 42 1. Mow, trim, and edge as often as conditions dictate, at a minimum, 43 once per week between April and September. Maximum height of 44 lawn shall not exceed 3 inches. The cutting height shall be 2 inches. 45 Cuttings, trimmings, and edgings shall be disposed of off the project 46 site. When the Engineer allows the use of a mulching mower, 47 trimmings may be left in place. 48 49 2. Water as often as conditions dictate depending on weather and soil 50 conditions. 51 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-101 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 3. Provide fertilizer, weed control, water, and other measures as 2 necessary to establish and maintain a healthy stand of grass. 3 4 8-02.3(11) Mulch 5 Mulches associated with seeding and planting shall be of the type specified in the 6 Special Provisions or as indicated in the Plans. The Contractor shall evenly apply 7 mulch at the rates indicated in the Plans. Mulches shall not be placed below the 8 anticipated water level of ditch slopes, pond bank slopes, and stream banks, or in 9 areas of standing or flowing water. 10 11 8-02.3(11)A Mulch for Seeding Areas 12 The Contractor shall furnish and evenly apply Hydraulically Applied Erosion 13 Control Product (HECP) Long Term Mulch at the rates indicated and in 14 accordance with the Manufacturer's specifications unless otherwise specified. 15 16 HECP Long Term Mulch shall be hydraulically applied at the rate of 3500 17 pounds per acre with no more than 2000 pounds applied in any single lift. 18 HECP mulch shall not be used within the Ordinary High Water Mark. 19 20 Mulch sprayed on signs or sign Structures shall be removed the same day. 21 22 Areas not accessible by mulching equipment shall be mulched by accepted 23 hand methods. 24 25 HECP Long Term Mulch may be applied with seed and fertilizer west of the 26 summit of the Cascade Range. East of the summit of the Cascade Range, 27 seed and fertilizer shall be applied in a single application followed by the 28 application of mulch. 29 30 8-02.3(11)B Bark or Woodchip Mulch 31 The Contractor shall apply bark or wood chip mulch of the type and depth 32 specified where shown in the Plans or as specified in the Special Provisions. 33 34 The Contractor shall complete final grading and placement/incorporation of soil 35 amendments within the planting area prior to placement of mulch. Areas 36 receiving bark mulch shall be bare soil or vegetation free before application, 37 except where trees and other plants are specifically identified in the Plans or 38 designated by the Engineer to be saved and protected. 39 40 Bark or wood chip mulch shall be placed to a uniform non-compacted depth of 41 3 inches over all planting areas unless otherwise specified. Mulch shall be 42 feathered to the base of the plant and 1 inch below the top of junction and 43 valve boxes, curbs, and pavement edges. 44 45 Any contamination of the mulch due to the Contractor's operations shall be 46 corrected to its former condition at no additional cost to the Contracting 47 Agency. Mulch placed to a thickness greater than specified shall be at no 48 additional cost to the Contracting Agency. 49 50 The Contractor shall keep plant material crowns, runners, and branches free of 51 mulch at all times. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SPA 02 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 8-02.3(11)C Bark or Woodchip Mulch Rings 3 The Contractor shall apply mulch rings around plants installed within existing 4 vegetation areas or within seeded areas as shown in the Plans. Bark or wood 5 chip mulch rings shall be applied to the surface of vegetation free amended 6 soil in the isolated plant locations where shown in the Plans or as specified in 7 the Special Provisions. Bark or wood chip mulch shall be placed to a uniform 8 non-compacted depth of 3 inches to a radius of 2 feet around all plants within 9 interplanted plant locations. 10 11 8-02.3(12) Completion of Initial Planting 12 Upon completion of the initial planting within a designated area, the Engineer will 13 make an inspection of all planting areas. The Engineer will notify the Contractor, in 14 writing, of any replacements or corrective action necessary to meet the plant 15 installation requirements. The Contractor shall replace all plants and associated 16 materials rejected or missing and correct unsatisfactory conditions. 17 18 Completion of the initial planting within a designated area includes the following 19 conditions: 20 21 1 100 percent of each of the plant material categories are installed as 22 shown in the Plans. 23 24 2. Planting Area is cleaned up. 25 26 3. Repairs are completed, including but not limited to, full operation of the 27 irrigation system. 28 29 4. Mulch coverage is complete. 30 31 5. All weeds are controlled. 32 33 8-02.3(13) Plant Establishment 34 Plant establishment consists of caring for all plants and planting areas within the 35 project limits. The provisions of Sections 1-07.13(2) and 1-07.13(3) do not apply to 36 this Section. 37 38 When the Proposal includes the bid item PSIPE (Plant Selection Including 39 Plant Establishment), that bid item includes one year of plant establishment Work. 40 The first year of plant establishment shall begin immediately upon written 41 notification from the Engineer of the completion of initial planting for the project. 42 The first-year plant establishment period shall be a minimum of one calendar year. 43 The one calendar year shall be extended an amount equal to any periods where 44 the Contractor does not comply with the plant establishment requirements and 45 plan. 46 47 During the first-year plant establishment period, the Contractor shall perform all 48 Work necessary to ensure the resumption and continued growth of the transplanted 49 material. This Work shall include, but is not limited to, applying water, removing 50 foreign, dead, or rejected plant material, maintaining all planting areas in a weed- 51 free condition, and replacing all unsatisfactory plant material planted under the CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-103 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Contract. If plants are stolen or damaged by the acts of others, the Contracting 2 Agency will pay invoice cost only for the replacement plants with no mark-up and 3 the Contractor will be responsible for the labor to install the replacement plants. 4 Other weed control within the project limits but outside of planting, lawn, or seeding 5 areas shall be as specified in Section 8-02.3(3)C. 6 7 During the first year of plant establishment, the Contractor shall meet monthly or at 8 an agreed upon schedule with the Engineer for the purpose of joint inspection of 9 the planting material. The Contractor shall correct all unsatisfactory conditions 10 identified by the Engineer within a 10-day period immediately following the 11 inspection. If plant replacement is required, the Contractor shall, within the 10-day 12 period, submit a plan and schedule for the plant procurement and replacement to 13 occur during the planting period as designated in Section 8-02.3(8). At the end of 14 the plant establishment period, plants that do not show normal growth shall be 15 replaced and all staking and guying that remain on the project shall be removed 16 unless otherwise allowed by the Engineer. 17 18 All automatic irrigation systems shall be operated fully automatic during the plant 19 establishment period and until final acceptance of the Contract. Payment for water 20 used to water in plants, or hand watering of plant material or lawn areas unless 21 otherwise specified, is the responsibility of the Contractor during the first-year plant 22 establishment period. 23 24 Subsequent year plant establishment periods shall begin immediately at the 25 completion of the preceding year's plant establishment period. Each subsequent 26 plant establishment period shall be one full calendar year in duration. 27 28 During the plant establishment period(s) after the first year plant establishment, the 29 Work necessary for the continued healthy and vigorous growth of all plants material 30 shall be performed as directed by the Engineer. 31 32 Payment for water used to water plants during the subsequent year(s) of plant 33 establishment will be paid under the plant establishment item. 34 35 8-02.3(14) Plant Replacement 36 The Contractor shall be responsible for growing or arrange to provide sufficient 37 plants for replacement of all plant material rejected through first-year plant 38 establishment. All replacement plant material shall be inspected and accepted by 39 the Engineer prior to installation. All rejected plant material shall be replaced with 40 acceptable plants meeting the specifications and installed according to the 41 requirements of this Section at dates allowed by the Engineer. 42 43 All replacement plants shall be of the same species as the plants they replace and 44 meet the requirements of Section 9-14.8 unless otherwise allowed by the Engineer. 45 Plants may vary in size reflecting one season of growth should the Contractor elect 46 to hold plant material under nursery conditions for an additional year to serve as 47 replacement plants. Replacement plant material larger than specified in the Plans 48 shall meet the applicable section requirements of the ASNS for container class, ball 49 size, spread, and branching characteristics. 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-104 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 8-02.3(15) Bioengineering 2 Bioengineering consists of using plant materials for the purpose of streambank or 3 earthen slope construction and surface stabilization. This Work may include 4 installing woody plant cuttings in various forms as well as part of streambank or 5 earthen slope construction. 6 7 8-02.3(15)A Fascines 8 Live fascines shall be constructed of live and dead cuttings bundled together 9 with a diameter of 8 to 18 inches. Live cuttings shall be the species shown in 10 the Plans. Dead branches may be cuttings from any woody, non-invasive plant 11 native to the project area. Dead branches may be placed within the live fascine 12 and on the side exposed to the air. Live branches shall be placed in contact 13 with the soil along their entire length. Each live fascine must contain a 14 minimum of eight live branches. Dead branches shall constitute no more than 15 40 percent of the total fascine content. 16 17 The total length of each live fascine shall be a minimum of 5 feet. Branches 18 shall be bundled into log-like forms and bound with biodegradable twine 19 spaced at 1-foot intervals along the entire length of the live fascine. Live 20 fascines shall be installed horizontally in a trench whose depth shall be '/z the 21 diameter of the live fascine. Secure the live fascine with live stakes 3 feet in 22 length and 3/4 inch in diameter placed at 18-inch intervals. A minimum of three 23 live stakes shall be used per fascine. The live stakes shall be driven through 24 the live fascine vertically into the slope. The ends of live fascines shall be 25 woven together so that no gap remains between the two sections of the 26 live fascine. 27 28 Prior to being covered with soil, the fascine shall be thoroughly watered. Once 29 the fascine is covered with 6 inches of soil, the soil covering the fascine shall 30 be thoroughly watered. 31 32 When used to remedy erosion areas, live fascines shall extend a minimum of 33 two feet beyond the visible area of erosion and soil disturbance. The locations 34 for live fascines and live stake rows shall be identified in the field for review 35 and acceptance by the Engineer. The Engineer may require adjustment of 36 fascine locations prior to installation in order to best accomplish the intended 37 functions. 38 39 Plant replacement during plant establishment for"PSIPE Live Fascine" will be 40 required for any section void of live shoots for a length of 3 feet or more. 41 Replacement shall consist of installing live stakes, spaced 1 foot apart above 42 the fascine within the area void of live shoots. Live stakes shall be of the same 43 species as the live fascine and shall have a minimum length of 3 feet and a 44 minimum diameter of 3/4 inch. The requirements of Section 8-02.3(8) apply to 45 PSIPE Live Fascine. 46 47 8-02.3(15)B Brush Mattress 48 Live brush mattress shall be constructed of live branch cuttings, live poles, jute 49 rope and topsoil. The live cuttings and live poles shall be from the plant 50 species designated in the Plans. Live branch cuttings shall be placed with the 51 cut ends oriented down slope as shown in the Plans. Cuttings shall overlap CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-105 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 from side to side and from top to bottom as each layer is constructed. The live 2 branches in each succeeding upper layer shall overlap the adjacent lower 3 layer by a minimum of 6 inches. A maximum of 20 percent of the branches 4 may be dead branches, but the live branches shall be distributed evenly to 5 provide even rooting and growth over the entire area of the brush mattress. 6 7 The Contractor shall anchor the live brush mattress to the slope using stakes 8 and jute rope as shown in the Plans. Initially, the stakes shall be installed to 9 protrude above the live brush mattress. The Contractor shall attach the jute 10 rope to the stakes and tighten the rope by tamping the stakes further into the 11 bank, pulling the live brush mattress tight against the soil surface. The 12 Contractor shall cover the live brush mattress with sufficient stockpiled topsoil 13 to ensure good soil contact with the live plant material. 14 15 Plant replacement during plant establishment for"PSIPE Live Brush Mattress" 16 will be required for any section void of live shoots for an area of 25 square feet 17 or more. Replacement shall consist of installing live stakes, spaced 3 feet 18 apart in a triangular pattern within the area void of live shoots. Live stakes 19 shall be of the same species as the live brush mattress and shall have a 20 minimum length of 3 feet and a minimum diameter of 3/4 inch. The 21 requirements of Section 8-02.3(8) apply to PSIPE Brush Mattress. 22 23 8-02.3(15)C Brush Layer 24 Brush layers shall be constructed of live branch cuttings, randomly mixed, from 25 the plant species listed under the brush layer heading in the Plans. The 26 number of branches required will vary depending on the average branch 27 diameter and layer thickness. 28 29 Brush layers shall be placed in a trench dug at a 45 degree incline into the 30 slope or stream bank. Two-thirds to three-fourths of the length of the live 31 branches shall be buried. Soil shall be firmly tamped in place. Succeeding 32 layers shall be spaced as detailed in the Plans. Brush layer placed in stream 33 banks shall be angled downstream. 34 35 Brush layers may include plant establishment when designated as PSIPE 36 Brush Layer. Plant replacement for PSIPE Brush Layer will be required for 37 each section void of live shoots for a continuous distance of 3 feet or more. 38 The requirements of Section 8-02.3(8) apply to PSIPE Brush Layer. 39 40 8-02.3(16) Roadside Maintenance Under Construction 41 When the Contract includes the item, Roadside Maintenance Under Construction, 42 this Work includes roadside mowing and ditch maintenance, and noxious weed 43 control outside of planting areas according to Section 8-02.3(3)C. 44 45 8-02.3(16)A Roadside Mowing 46 The Contractor shall mow designated roadside grass areas to the limits 47 designated by the Engineer. Roadside mowing is limited to slopes not steeper 48 than 3(H) to 1(V). 49 50 The Contractor shall mow according to the following requirements: 51 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 06 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 1. Trim around traffic equipment, structures, planting areas, or other 2 features extending above ground preceding or simultaneously with 3 each mowing. 4 5 2. Maintain grass between 4 and 12 inches in height. 6 7 3. Operate mowing equipment with suitable guards to prevent throwing 8 rocks or debris onto the traveled way or off of the Contracting Agency 9 property. Power driven equipment shall not cause ruts, deformation, 10 and compaction of the vegetated soil. 11 12 4. Removing clippings is required on the traveled way, shoulders, 13 walkways, or Structures. 14 15 5. Restore soil rutting to a smooth and even grade at the direction of the 16 Engineer. 17 18 8-02.3(16)B Ditch Maintenance 19 The Contractor shall maintain drainage for the duration of the Contract 20 according to the following requirements: 21 2.2 1. Maintain flow lines in drainage channels and roadside ditches. 23 24 2. Cutting or trimming vegetation within drainage channels to maintain 25 positive flow. 26 27 3. Remove dirt and debris from inside of culverts or any drainage area 28 where runoff has allowed accumulations and re-seed for erosion 29 control. 30 31 4. Restore channels to previous operational condition. 32 33 8-02.4 Measurement 34 Topsoil, bark or woodchip mulch and soil amendments will be measured by the acre or 35 the square yard along the grade and slope of the area covered immediately after 36 placement. Weed control pre-treatment of topsoil areas, excavation, and stockpiling are 37 included in the bid item "Topsoil Type . 38 39 Bark or woodchip mulch rings will be measured per each. 40 41 Compost will be measured by the acre or the square yard along the grade and slope of 42 the area covered immediately after application. 43 44 Seeding, fertilizing, and mulching will be measured by the acre or the square yard by 45 ground slope measurement or through the use of design data. 46 47 Seeding and fertilizing by hand will be measured by the square yard. No adjustment in 48 area size will be made for the vegetation free zone around each plant. 49 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 07 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Seeded lawn, sod installation, and lawn mowing will be measured along the ground 2 slope and computed in square yards of actual lawn completed, established, and 3 accepted. 4 5 Plant selection will be measured per each. 6 7 PSIPE_ (Plant Selection Including Plant Establishment) will be measured per each. 8 9 Live Pole will be measured per each. 10 11 Live Stake Row will be measured by the linear foot along the ground slope line. 12 13 The pay quantities for plant materials will be determined by count of the number of 14 satisfactory plants in each category accepted by the Engineer. 15 16 Fascine and PSIPE live fascine will be measured by the linear foot along the ground 17 slope line. 18 19 Brush mattress and PSIPE live brush mattress will be measured by the surface square 20 yard along the ground slope line. 21 22 Brush layer and PSIPE brush layer will be measured by the linear foot along the ground 23 slope line. 24 25 Water will be measured in accordance with Section 2-07.4. Measurement will be made 26 of only that water hauled in tank trucks or similar equipment. 27 28 8-02.5 Payment 29 Payment will be made for each of the following listed Bid items that are included in the 30 Proposal: 31 32 "Project Area Weed and Pest Control"will be paid in accordance with Section 1- 33 09.6. 34 For the purpose of providing a common Proposal for all Bidders, the Contracting 35 Agency entered an amount for"Project Area Weed and Pest Control" in the 36 Proposal to become a part of the total Bid by the Contractor. Payment under this 37 item will be made only when the Work is not already covered by other items. 38 39 "Topsoil Type ", per acre. 40 The unit Contract price per acre for"Topsoil Type " shall be full payment for all 41 costs for the specified Work. 42 43 "Fine Compost", per acre or per square yard. 44 "Medium Compost", per acre or per square yard. 45 "Coarse Compost", per acre or per square yard. 46 The unit Contract price per acre for"Fine Compost", "Medium Compost" or"Coarse 47 Compost" shall be full pay for furnishing and spreading the compost onto the 48 existing soil. 49 50 "Soil Amendment", per acre. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-108 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 The unit Contract price per acre for"Soil Amendment" shall be full pay for 2 furnishing and incorporating the soil amendment into the existing soil. 3 4 "Plant Selection _", per each. 5 The unit Contract price for"Plant Selection _", per each shall be full pay for all 6 Work to perform the work as specified within the planting area prior to planting for 7 weed control, planting area preparation and installation of plants with initial 8 watering. 9 10 As the plants that do not include plant establishment are obtained, propagated, and 11 grown, partial payments will be made as follows: 12 13 Payment of 15 percent of the unit Contract price per each when the plant 14 materials have been contracted, propagated, and are growing under nursery 15 conditions. The Contractor shall provide the Engineer with certification that the 16 plant material has been procured or contracted for delivery to the project for 17 planting within the time limits of the project. The certification shall state the 18 location, quantity, and size of all material. 19 20 Payment will be increased to 100 percent of the unit Contract price per each 21 for contracted plant material at the completion of the initial planting. 22 23 All partial payments shall be limited to the actual number of healthy vigorous 24 plants that meet the stage requirements, limited to plan quantity. Previous 25 partial payments made for materials rejected or missing will be deducted from 26 future payments due the Contractor. 27 28 "PSIPE ", per each. 29 The unit Contract price for"PSIPE ", per each, shall be full pay for all Work 30 necessary to perform as specified within the planting area for weed control and 31 planting area preparation, planting, cleanup, and water necessary to complete 32 planting operations as specified to the end of first year plant establishment. 33 34 As the plants that include plant establishment are obtained, propagated, and 35 grown, partial payments will be made as follows after inspection by the Engineer: 36 37 Payment of 5 percent of the unit Contract price, per each, when the plant 38 materials have been contracted, propagated, and are growing under nursery 39 conditions. The Contractor shall provide the Engineer with certification that the 40 plant material has been procured or contracted for delivery to the project for 41 planting within the time limits of the project. The certification shall state the 42 location, quantity, and size of all material. 43 44 Payment will be increased to 15 percent of the unit Contract price, per each, 45 upon completion of the initial weed control and planting area preparation Work. 46 47 Payment will be increased to 60 percent of the unit Contract price per each for 48 the contracted plant material in a designated unit area when planted. 49 50 Payment will be increased to 70 percent of the unit Contract price per each for 51 contracted plant material at the completion of the initial planting. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 09 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 2 Payment will be increased to the appropriate percentage upon reaching the 3 following plant establishment milestones: 4 5 June 30th 80 percent 6 7 September 30th 90 percent 8 9 Completion of first-year plant establishment or after all 100 percent 10 replacement plants have been installed, whichever is 11 later. 12 13 Plant establishment milestones are achieved when planting areas meet 14 conditions described in Section 8-02.3(13). 15 16 "Seeding, Fertilizing and Mulching", per acre. 17 18 "Seeding and Fertilizing", per acre or per square yard. 19 20 "Seeding and Fertilizing by Hand", per square yard. 21 22 "Second Application of Fertilizer", per acre 23 24 "Seeding and Mulching", per acre. 25 26 "Seeded Lawn Installation", per square yard. 27 "Sod Installation", per square yard. 28 "Lawn Mowing", per square yard. 29 The unit Contract price per square yard for"Seeded Lawn Installation" or"Sod 30 Installation" shall be full pay for all costs necessary to prepare the area, plant or 31 sod the lawn, erect barriers, control weeds, and establish lawn areas and for 32 furnishing all labor, tools, equipment, and materials necessary to complete the 33 Work as specified and shall be paid in the following sequence for healthy, vigorous 34 lawn: 35 36 Completion of Lawn Planting 60 percent of individual areas 37 38 Mid Lawn Establishment (after two mowings) 85 percent of individual areas 39 40 Completion of Lawn Establishment 100 percent of individual areas 41 (after four mowings) 42 43 "Plant Establishment Year " will be paid in accordance with Section 1-09.6. 44 For the purpose of providing a common Proposal for all Bidders, the Contracting 45 Agency entered an amount for"Plant Establishment- Year" in the Proposal to 46 become a part of the total Bid by the Contractor. 47 48 "Live Pole", per each. 49 50 "Live Stake Row", per linear foot. 51 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 10 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 "Bark or Wood Chip Mulch", per acre. 2 3 "Bark or Wood Chip Mulch Rings", per each. 4 The unit Contract price per acre for"Bark or Wood Chip Mulch" shall be full pay for 5 furnishing and spreading the mulch onto the existing soil. 6 7 "Fascine" and "PSIPE Live Fascine", per linear foot. 8 "Brush Mattress" and "PSIPE Live Brush Mattress", per square yard. 9 "Brush Layer" and "PSIPE Brush Layer", per linear foot. 10 When PSIPE is included with Fascine, Brush Mattress, or Brush Layer, the 11 payment schedule for PSIPE will apply. 12 13 "Roadside Maintenance under Construction" will be paid in accordance with 14 Section 1-09.6. 15 For the purpose of providing a common Proposal for all Bidders, the Contracting 16 Agency has entered an amount for"Roadside Maintenance Under Construction" in 17 the Proposal to become a part of the total Bid by the Contractor. 18 19 "Water", per M Gal 20 21 22 8-04.AP8 23 Section 8-04, Curbs, Gutters, and Spillways 24 April 2, 2018 25 8-04.2 Materials 26 In the first paragraph, the reference to "Portland Cement" is revised to read: 27 28 Cement 9-01 29 30 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 31 The first paragraph is supplemented with the following: 32 33 Roundabout truck apron cement concrete curb and gutter shall be constructed with air 34 entrained concrete Class 4000 conforming to the requirements of Section 6-02. 35 36 8-06.AP8 37 Section 8-06, Cement Concrete Driveway Entrances 38 April 2, 2018 39 8-06.2 Materials 40 In the first paragraph, the reference to "Portland Cement" is revised to read: 41 42 Cement 9-01 43 44 8-06.3 Construction Requirements 45 The first paragraph is revised to read: 46 47 Cement concrete driveway approaches shall be constructed with air entrained concrete 48 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement or CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-111 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Blended Hydraulic Cement Concrete Pavement conforming to the requirements of 2 Section 5-05. 3 4 8-07.AP8 5 Section 8-07, Precast Traffic Curb 6 April 2, 2018 7 8-07.3(1) Installing Curbs 8 The first sentence of the first paragraph is revised to read: 9 10 The curb shall be firmly bedded for its entire length and breadth on a mortar bed 11 conforming to Section 9-20.4(3) composed of one part Portland cement or blended 12 hydraulic cement and two parts sand. 13 14 The fourth paragraph is revised to read: 15 16 All joints between adjacent pieces of curb except joints for expansion and/or drainage 17 as designated by the Engineer shall be filled with mortar composed of one part Portland 18 cement or blended hydraulic cement and two parts sand. 19 20 8-09.AP8 21 Section 8-09, Raised Pavement Markers 22 April 1, 2019 23 8-09.5 Payment 24 The last paragraph is revised to read: 25 26 The unit Contract price per hundred for"Raised Pavement Marker Type 1", "Raised 27 Pavement Marker Type 2", "Raised Pavement Marker Type 3 In.", and 28 "Recessed Pavement Marker" shall be full pay for furnishing and installing the markers 29 in accordance with these Specifications. 30 31 8-11.AP8 32 Section 8-11, Guardrail 33 April 1, 2019 34 8-11.3(1)A Erection of Posts 35 The first sentence of the first paragraph is revised to read: 36 37 Posts shall be set to the true line and grade of the Highway after the grade is in place 38 and compaction is completed. 39 40 8-11.3(1)C Terminal and Anchor Installation 41 The first paragraph is revised to read: 42 43 All excavation and backfilling required for installation of anchors shall be performed in 44 accordance with Section 2-09, except that the costs thereof shall be included in the unit 45 Contract price for the anchor installed. 46 47 The first sentence of the second to last paragraph is revised to read: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM— ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-112 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications 1 (Revised June 3,2019) 2 Assembly and installation of Beam Guardrail Non-flared Terminals for Type 31 guardrail 3 shall be supervised at all times by a manufacturer's representative, or an installer who 4 has been trained and certified by the manufacturer. 5 6 The last paragraph is revised to read: 7 8 Beam Guardrail Non-flared Terminals for Type 31 guardrail shall meet the crash test 9 and evaluation criteria in the Manual for Assessing Safety Hardware (MASH). 10 11 8-11.4 Measurement 12 The third paragraph is revised to read: 13 14 Measurement of beam guardrail terminal will be per each for the 15 completed terminal. 16 17 The fourth paragraph is revised to read: 18 19 Measurement of beam guardrail Type 31 buried terminal Type 2 will be per linear foot 20 for the completed terminal. 21 22 The sixth paragraph is revised to read= 23 24 Measurement of beam guardrail anchor Type 10 will be per each for the completed 25 anchor, including the attachment of the anchor to the guardrail. 26 27 8-11.5 Payment 28 The Bid item "Beam Guardrail Anchor Type_", per each is revised to read "Beam 29 Guardrail Anchor Type 10", per each. 30 31 The Bid item "Beam Guardrail Buried Terminal Type 1", per each is deleted from this 32 section. 33 34 The Bid item "Beam Guardrail Buried Terminal Type 2", per linear foot and the following 35 paragraph are revised to read: 36 37 "Beam Guardrail Type 31 Buried Terminal Type 2", per linear foot. 38 39 The unit Contract price per linear foot for"Beam Guardrail Type 31 Buried Terminal 40 Type 2" shall be full payment for all costs to obtain and provide materials and perform 41 the Work as described in Section 8-11.3(1)C. 42 43 8-14.AP8 44 Section 8-14, Cement Concrete Sidewalks 45 April 2, 2018 46 8-14.2 Materials 47 In the first paragraph, the reference to "Portland Cement" is revised to read: 48 49 Cement 9-01 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 13 PROJECT#202 and 2161 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 In the second paragraph, each reference to "Federal Standard 595" is revised to read "SAE 3 AMS Standard 595". 4 5 8-16.AP8 6 Section 8-16, Concrete Slope Protection 7 April 2, 2018 8 8-16.2 Materials 9 In the first paragraph, the last two material references are revised to read: 10 11 Poured Portland Cement or Blended Hydraulic Cement 12 Concrete Slope Protection 9-13.5(2) 13 Pneumatically Placed Portland Cement or Blended 14 Hydraulic Cement Concrete Slope Protection 9-13.5(3) 15 16 8-17.AP8 17 Section 8-17, Impact Attenuator Systems 18 January 7, 2019 19 8-17.3 Construction Requirements 20 This section is supplemented with the following: 21 22 Permanent impact attenuators shall meet the crash test and evaluation criteria of the 23 Manual for Assessing Safety Hardware (MASH), except as otherwise noted in the Plans 24 or Special Provisions. 25 26 8-20.AP8 27 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation 28 Systems, and Electrical 29 August 6, 2018 30 8-20.1(1) Regulations and Code 31 The last paragraph is revised to read: 32 33 Persons performing electrical Work shall be certified in accordance with and supervised 34 as required by RCW 19.28.161. Proof of certification shall be worn at all times in 35 accordance with WAC 296-46B-942. Persons failing to meet these certification 36 requirements may not perform any electrical work, and shall stop any active electrical 37 work, until their certification is provided and worn in accordance with this Section. 38 39 8-20.2(2) Equipment List and Drawings 40 This section is renumbered: 41 42 8-20.2(1) Equipment List and Drawings 43 44 8-20.3(4) Foundations 45 The second sentence of the first paragraph is revised to read: 46 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SPA 14 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Concrete for Type II, III, IV, V, and CCTV signal standards and light standard 2 foundations shall be Class 4000P and does not require air entrainment. 3 4 8-20.3(5)A General 5 The last two sentences of the last paragraph is deleted- 6 7 This section is supplemented with the following: 8 9 All conduits shall include a pull tape with the equipment grounding conductor. The pull 10 tape shall be attached to the conduit near the end bell or grounded end bushing, or to 11 duct plugs or caps if present, at both ends of the conduit. 12 13 8-20.3(8) Wiring 14 The seventeenth paragraph is supplemented with the following: 15 16 Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be 17 used. 18 19 8-20.3(14)C Induction Loop Vehicle Detectors 20 Item number 2 is deleted. 21 22 Item numbers 3 through 12 are renumbered to 2 through 11, respectively. 23 24 8-21.AP8 25 Section 8-21, Permanent Signing 26 January 7 2019 27 8-21.3(5) Sign Relocation 28 The second sentence of the first paragraph is revised to read. 29 30 Where the existing sign Structure is mounted on concrete pedestals, the Contractor 31 shall remove the pedestal to a minimum of 2 feet below finished grade and backfill the 32 remaining hole with material similar to that surrounding the hole. 33 34 8-21.3(9)F Foundations 35 Item number 3 of the twelfth paragraph is supplemented with the following new sentence: 36 37 Class 4000P concrete for roadside sign structures does not require air entrainment. 38 39 8-22.AP8 40 Section 8-22, Pavement Marking 41 January 7, 2019 42 8-22.3(2) Preparation of Roadway Surfaces 43 The second paragraph is revised to read: 44 45 Remove all other contaminants from pavement surfaces that may adversely affect the 46 installation of new pavement marking. 47 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-115 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 8-22.3(3)F Application Thickness 2 The second to last sentence of the last paragraph is revised to read: 3 4 After grinding, clean the groove- 5 6 9-OO.AP9 7 Section 9-00, Definitions and Tests 8 January 7, 2019 9 9-00.4 Sieves for Testing Purposes 10 This section is revised to read: 11 12 Test sieves shall be made of either: (1) woven wire cloth conforming to ASTM E11, or 13 (2) square-hole, perforated plates conforming to ASTM E323. 14 15 9-00.7 Galvanized Hardware, AASHTO M 232 16 The first sentence is revised to read: 17 18 An acceptable alternate to hot-dip galvanizing in accordance with AASHTO M 232 will 19 be zinc coatings mechanically deposited in accordance with ASTM B695, providing the 20 minimum thickness of zinc coating is not less than that specified in AASHTO M 232, 21 and the process will not produce hydrogen embrittlement in the base metal. 22 23 9-02.AP9 24 Section 9-02, Bituminous Materials 25 January 7, 2019 26 9-02.1 Asphalt Material, General 27 The second paragraph is revised to read: 28 29 The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified 30 asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 31 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and 32 Emulsified Asphalts". The Asphalt Supplier's QCP shall be submitted and receive the 33 acceptance of the WSDOT State Materials Laboratory. Once accepted, any change to 34 the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier 35 of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that 36 the PG asphalt binder or emulsified asphalt meets the Specification requirements of the 37 Contract. 38 39 9-02.1(4) Performance Graded Asphalt Binder (PGAB) 40 This section's title is revised to read: 41 42 Performance Graded (PG) Asphalt Binder 43 44 The first paragraph is revised-to read: 45 46 PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades 47 specified in the Contract shall be used in the production of HMA. For HMA with greater 48 than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 16 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the 2 proportions of the mix design shall meet the PG asphalt binder requirements of 3 AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract. 4 5 The second paragraph, including the table, is revised to read: 6 7 In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders 8 shall meet the following requirements: 9 Additional Requirements by Performance Grade(PG As halt Binders Test PG58S- PG58H- PG58V- PG64H- PG64V- j Property Method 22 22 22 PG64S-28 28 28 RTFO Residue: Average AASHTO Percent T 350' 30% Min. 20% Min. 25% Min. 30% Min. Recovery @ 3.2 kPa j ,specimen conditioned in accordance with AASHTO T 240—RTFO. 10 11 The third paragraph is revised to read: 12 13 The RTFO Jnrdiff and the PAV direct tension specifications of AASHTO M 332 are not 14 required. 15 16 17 9-02.1(6) Cationic Emulsified Asphalt 18 This section is revised to read: 19 20 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the 21 grades specified in the Contract shall be used. 22 23 9-02.5 Warm Mix Asphalt (WMA) Additive 24 This section, including title, is revised to read: 25 26 9-02.5 HMA Additive 27 Additives for HMA shall be accepted by the Engineer. 28 29 9-03.AP9 30 Section 9-03, Aggregates 31 January 7, 2019 32 9-03.1 Aggregates for Portland Cement Concrete 33 This section's title is revised to read: 34 35 Aggregates for Concrete 36 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-117 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 9-03.1(1) General Requirements 2 The first two sentences of the first paragraph are revised to read: 3 4 Concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel 5 in accordance with the provisions of Section 3-01. Reclaimed aggregate may be used if 6 it complies with the specifications for concrete. 7 8 The second paragraph (up until the colon) is revised to read: 9 10 Aggregates for concrete shall meet the following test requirements: 11 12 The second sentence of the second to last paragraph is revised to read: 13 14 The Contractor shall submit test results according to ASTM C1567_through the Engineer 15 to the State Materials Laboratory that demonstrate that the proposed fly ash when used 16 with the proposed aggregates and cement will control the potential expansion to 0.20 17 percent or less before the fly ash and aggregate sources may be used in concrete. 18 19 9-03.1(2) Fine Aggregate for Portland Cement Concrete 20 This section's title is revised to read: 21 22 Fine Aggregate for Concrete 23 24 9-03.1(4) Coarse Aggregate for Portland Cement Concrete 25 This section's title is revised to read: 26 27 Coarse Aggregate for Concrete 28 29 9-03.1(4)C Grading 30 The first paragraph (up until the colon) is revised to read: 31 32 Coarse aggregate for concrete when separated by means of laboratory sieves shall 33 conform to one or more of the following gradings as called for elsewhere in these 34 Specifications, Special Provisions, or in the Plans: 35 36 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 37 This section's title is revised to read: 38 39 Combined Aggregate Gradation for Concrete 40 41 9-03.1(5)B Grading 42 In the last paragraph, "WSDOT FOP for WAQTC/AASHTO T 27/T 11" is revised to read 43 "FOP for WAQTC/AASHTO T 27/T 11". 44 45 9-03.2 Aggregate for Job-Mixed Portland Cement Mortar 46 This section's title is revised to read: 47 48 Aggregate for Job-Mixed Portland Cement or Blended Hydraulic Cement Mortar 49 50 The first sentence of the first paragraph is revised to read CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 18 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 Fine aggregate for portland cement or blended hydraulic cement mortar shall consist of 3 sand or other inert materials, or combinations thereof, accepted by the Engineer, having 4 hard, strong, durable particles free from adherent coating. 5 6 9-03.4(1) General Requirements 7 The first paragraph (up until the colon) is revised to read: 8 9 Aggregate for bituminous surface treatment shall be manufactured from ledge rock, 10 talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface 11 Treatment shall meet the following test requirements: 12 13 9-03.8(1) General Requirements 14 The first paragraph (up until the colon) is revised to read: 15 16 Aggregates for Hot Mix Asphalt shall meet the following test requirements: 17 18 9-03.8(2) HMA Test Requirements 19 The two tables in the second paragraph are replaced with the following three tables: 20 HMA Class Mix Criteria %inch I 'h inch '%inch 1 1 inch Min. Max. Min. Max. Min. Max. Min. Max. Voids in Mineral 15.0 14.0 13.0 I 12.0 Arg e ate(VMA , Voids Filled With Asphal (VFA , % ESAL's(millions VFA <0.3 70 80 70 80 70 80 67 80 0.3 to<3 65 78 65 78 65 78 65 78 >-3 73 76 65 75 65 75 65 75 Dust/Asphalt Ratio 0.6 1.6 0.6 1.6 0.6 1.6 0.6 1.6 j 21 Test Method ESAL's (millions Number of Passes Hamburg Wheel-Track Testing, FOP for <0.3 10,000 AASHTO T 324 Minimum Number of Passes with no Stripping Inflection Point 0.3 to<3 12,500 and Maximum Rut Depth of 10mm 3 15,000 Indirect Tensile (IDT) trength (iso of Bituminous Materials FOP for ASTM D6931 175 Maximum 22 ESAL's millions N initialN deli n N maximum <0.3 :591.5 96.0 1598.0 %Gmm 0.3 to<3 <_90.5 96.0 :598.0 >!3 <_89.0 96.0 <_98.0 Gyratory Compaction <0.3 6 50 75 0.3 to<3 7 75 115 (number of gyrations) 3 L 8 100 160 23 24 9-03.8(7) HMA Tolerances and Adjustments 25 In the table in item number 1, the fifth row is revised to read: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 19 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Asphalt binder -0.4% to 0.5% ±0.7% 2 3 In the table in item number 1, the following new row is inserted before the last row 4 Voids in Mineral -1.0% AggregLte, VMA 6 9-03.9(1) Ballast 7 The second paragraph (up until the colon) is revised to read: 8 9 Aggregates for ballast shall meet the following test requirements: 10 11 9-03.14(4) Gravel Borrow for Structural Earth Wall 12 The second sentence of the first paragraph is revised to read: 13 14 The material shall be substantially free of shale or other soft, poor durability particles, 15 and shall not contain recycled materials, such as glass, shredded tires, concrete rubble, 16 or asphaltic concrete rubble. 17 18 9-03.21(1)B Recycled Concrete Aggregate Approval and Acceptance 19 The first sentence of the second paragraph is revised to read: 20 21 Recycled concrete aggregate may be used as coarse aggregate or blended with coarse 22 aggregate for Commercial Concrete, Class 3000 concrete, or Cement Concrete 23 Pavement. 24 25 Item number 4 of the second paragraph is revised to read: 26 27 4. For Cement Concrete Pavement mix designs using recycled concrete aggregates, 28 the Contractor shall submit evidence that ASR mitigating measures control 29 expansion in accordance with Section 9-03.1(1). 30 31 This section is supplemented with the following new subsection 32 33 9-03.21(1)61 Recycled Concrete Aggregate Approval and Acceptance 34 Recycled concrete aggregate may be approved through a three tiered system that 35 consists of the following: 36 Tier 1 Approval Requirements Approval of the Reclamation Facility is not required. Acceptance Requirements Certification of toxicity characteristics in accordance with Section 9-03.21(1). Field acceptance testing in accordance with Section 3- 04. I Approved to provide the following Aggregate Materials__ 9-03.10 Aggregate for Gravel Base 9-03.12(1)B Gravel Backfill for Foundations Class B 9-03.12(2) Gravel Backfill for Walls 9-03.12(3) Gravel Backfill for Pipe Zone Bedding CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-120 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 9-03.14(1) Gravel Borrow 9-03.14(2) Select Borrow 9-03.14(2) Select Borrow(greater than 3 feet below subgrade and side slope) 9-03.14(3) Common Borrow 9-03.14(3) Common Borrow(greater than 3 feet below subgrade and side slope) 9-03.17 Foundation Material Class A and Class B 9-03.18 Foundation Material Class C 9-03.19 Bank Run Gravel for Trench Backfill 1 Tier 2 Approval Requirements The Reclamation Facility shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 9"Standard Practice for Approval of Reclamation Facilities of WSDOT Recycled Concrete and Returned Concrete". The Reclamation Facility's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Once accepted, any changes to the QCP will require a new QCP to be submitted for acceptance. Evaluation of aggregate source properties(LA Wear and Degradation)for the recycled concrete aggregate is not required. Acceptance Requirements Certification of toxicity characteristics in accordance with Section 9-03.21(1), required if requested. Field acceptance testing in accordance with Section 3-04 is required. Provide certification in accordance with WSDOT QC 9 for every lot. A lot shall be no larger than 10,000 tons. Approved to m ide the following A reregate Materials: Tier 1 aggregate materials 9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000 9-03.9(1) Ballast 9-03.9(2) Permeable Ballast 9-03.9(3) Crushed Surfacing 9-03.12(1)A Gravel Backfill for Foundations Class 2 Tier 3 Approval Requirements The Reclamation Facility shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 10 "Standard Practice for Approval of Reclamation Facilities of Recycled Concrete Aggregates from Stockpiles of Unknown Sources". The Reclamation Facility's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Once accepted, any changes to the QCP will require a new QCP to be submitted for acceptance. Evaluation of aggregate source properties (LA Wear and Degradation)for the recycled concrete aggregate is required. Acceptance Requirements Certification of toxicity characteristics in accordance with Section 9-03.21(1) is required. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-121 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) Field acceptance testing in accordance with Section 3-04 is required. Provide certification in accordance with WSDOT QC 10 for every lot. A lot shall be no larger than 10,000 tons Approved to provide the following Aggregate Materials: Tier 1 aggregate materials 9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000 9-03.9(1) Ballast 9-03.9(2) Permeable Ballast 9-03.9(3) Crushed Surfacing 9-03.12(1)A Gravel Backfill for Foundations Class A 1 2 For Reclamation Facilities that do not participate in Tier 2 and Tier 3, approval of 3 recycled concrete aggregate will be in accordance with Section 9-03.21(1), and 4 acceptance will be in accordance with Section 3-04. 5 6 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled 7 Material 8 "Portland Cement" is deleted from the first two rows in the table. 9 10 The following new row is inserted after the second row: 11 Coarse Aggregate for Concrete Pavement 9-03.1(4) 0 100 0 0 12 _ - - 13 The first column of the fourth row (after the preceding Amendment is applied) is revised to 14 read: 15 16 Coarse Aggregate for Commercial Concrete and Class 3000 Concrete 17 18 9-04.AP9 19 Section 9-04, Joint and Crack Sealing Materials 20 January 7, 2019 21 This section's title is revised to read: 22 23 Joint Sealing Materials 24 25 9-04.1(2) Premolded Joint Filler for Expansion Joints 26 In this section, each reference to "AASHTO T 42" is revised to read "ASTM D 545". 27 28 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement 29 This section is supplemented with the following: 30 31 Hot poured sealant for cement concrete pavement is acceptable for installations in joints 32 where cement concrete pavement abuts a bituminous pavement. 33 34 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 35 This section is supplemented with the following: 36 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-122 PROJECT#202 and 2161 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Hot poured sealant for bituminous pavement is acceptable for installations in joints 2 where cement concrete pavement abuts a bituminous pavement. 3 4 9-04.2(1)B Sand Slurry for Bituminous Pavement 5 Item number 2 of the first paragraph is revised to read: 6 7 2. Two percent portland cement or blended hydraulic cement, and 8 9 9-04.3 Joint Mortar 10 The first paragraph is revised to read: 11 12 Mortar for hand mortared joints shall conform to Section 9-20.4(3) and consist of one 13 part portland cement or blended hydraulic cement, three parts fine sand, and sufficient 14 water to allow proper workability. 15 16 9-04.5 Flexible Plastic Gaskets 17 In the table the Test Method value for Specific Gravity at 77°F is revised to read "ASTM 18 D71". 19 20 In the table, the Test Method value for Flash Point COC, F is revised to read "ASTM D93 21 REV A". 22 23 In the table, the Test Method value for Volatile Matter is revised to read "ASTM D6". 24 25 9-05.AP9 26 Section 9-05, Drainage Structures and Culverts 27 January 7, 2019 28 9-05.3(1)A End Design and Joints 29 The second sentence of the first paragraph is revised to read: 30 31 The joints and gasket material shall meet the requirements of ASTM C990. 32 33 9-05.3(1)C Age at Shipment ead3534 The last sentence of the first paragraph is revised to read- 35 36 Unless it is tested and accepted at an earlier age, it shall not be considered ready for 37 shipment sooner than 28 days after manufacture when made with Type II portland 38 cement or blended hydraulic cement, nor sooner than 7 days when made with Type III 39 portland cement. 40 41 9-05.7(3) Concrete Storm Sewer Pipe Joints 42 The second sentence is revised to read: 43 44 The joints and gasket material shall meet the requirements of ASTM C990- 45 46 9-05.7(4)A Hydrostatic Pressure on Pipes in Straight Alignment 47 The first sentence is revised to read: 48 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 23 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Hydrostatic pressure tests on pipes in straight alignment shall be made in accordance 2 with the procedure outlined in Section 10 of ASTM C990, except that they shall be 3 performed on an assembly consisting of not less than three nor more than five pipe 4 sections selected from stock by the Engineer and assembled in accordance with 5 standard installation instructions issued by the manufacturer. 6 7 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe 8 This section is revised to read: 9 10 Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 11 12 1. For dual wall pipe sizes up to 60 inches: ASTM F2881 or AASHTO M 330, 13 Type S or Type D. 14 15 2_ For double or triple wall pipe sizes up to 60 inches: ASTM F2764. 16 17 3. Fittings shall be factory welded, injection molded, or PVC. 18 19 9-05.24(2) Polypropylene Sanitary Sewer Pipe 20 This section is revised to read: 21 22 Polypropylene sanitary sewer pipe shall conform to the following requirements: 23 24 1. For pipe sizes up to 60 inches: ASTM F2764. 25 26 2. Fittings shall be factory welded, injection molded, or PVC. 27 28 9-06.AP9 29 Section 9-06, Structural Steel and Related Materials 30 January 7, 2019 31 9-06.5 Bolts 32 This section's title is revised to read: 33 34 Bolts and Rods 35 36 9-06.5(4) Anchor Bolts 37 This section, including title, is revised to read: 38 39 9-06.5(4) Anchor Bolts and Anchor Rods 40 Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless 41 otherwise specified, shall be Grade 105 and shall conform to Supplemental 42 Requirements S2, S3, and S4. 43 44 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to 45 ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts 46 and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292, 47 Grade 2H, and shall conform to the overlapping, lubrication, and rotational testing 48 requirements in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-124 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 galvanized anchor bolts and anchor rods shall conform to ASTM A563, Grade A or DH. 2 Washers shall conform to ASTM F436. 3 4 The bolts and rods shall be tested by the manufacturer in accordance with the 5 requirements of the pertinent Specification and as specified in these Specifications. 6 Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the 7 project site. The Contractor shall submit to the Engineer for acceptance a 8 Manufacturer's Certificate of Compliance for the anchor bolts, anchor rods, nuts, and 9 washers, as defined in Section 1-06.3. If the Engineer deems it appropriate, the 10 Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for 11 testing. 12 13 All bolts, rods, nuts, and washers shall be marked and identified as required in the 14 pertinent Specification. 15 16 9-06.15 Welded Shear Connectors 17 The third paragraph is revised to read: 18 19 Mechanical properties shall be determined in accordance with AASHTO T 244. 20 21 9-06.17 Vacant 22 This section, including title, is revised to read: 23 24 9-06.17 Noise Barrier Wall Access Door 25 Access door frames shall be formed of 14-gauge steel to the size and dimensions 26 shown in the Plans. The access door frame head and jamb members shall be mitered, 27 securely welded, and ground smooth. Each head shall have two anchors and each jamb 28 shall have three anchors. The hinges shall be reinforced with '/4-inch by 12-inch plate, 29 width equal to the full inside width of the frame. 30 31 Access doors shall be full flush 1 3/4-inch thick seamless doors with a polystyrene core. 32 Door faces shall be constructed with smooth seamless 14-gauge roller-levered, cold- 33 rolled steel sheet conforming to ASTM A 792 Type SS, Grade 33 minimum, Coating 34 Designation AZ55 minimum. The vertical edges shall be neat interlocked hemmed edge 35 seam. The top and bottom of the door shall be enclosed with 14-gauge channels. 36 Mortise and reinforcement for locks and hinges shall be 10-gauge steel. Welded top cap 37 shall be ground and filled for exterior applications. The bottom channel shall have weep 38 holes. 39 40 Each access door shall have three hinges. Access door hinges shall be ASTM A 276 41 Type 316 stainless steel, 4-'/z-inches square, with stainless steel ball bearing and non- 42 removable pins. 43 44 Each access door shall have two pull plates. The pull plates shall be ASTM A 240 Type 45 316 stainless steel, with a grip handle of one-inch diameter and 8 to 10-inches in length. �16 47 The door assembly shall be fabricated and assembled as a complete unit including all 48 hardware specified prior to shipment. 49 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-125 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 9-06.18 Metal Bridge Railing 2 The second sentence of the first paragraph is revised to read: 3 4 Steel used for metal railings, when galvanized after fabrication in accordance with 5 AASHTO M111, shall have a controlled silicon content of either 0.00 to 0.06 percent or 6 0.15 to 0.25 percent. 7 8 9-07.AP9 9 Section 9-07, Reinforcing Steel 10 January 7, 2019 11 9-07.5(1) Epoxy-Coated Dowel Bars (for Cement Concrete Rehabilitation) 12 This section (including title) is revised to read: 13 14 9-07.5(1) Dowel Bars for Cement Concrete Pavement Rehabilitation 15 Dowel bars for Cement Concrete Pavement Rehabilitation shall be 1'/z inch outside 16 diameter plain round steel bars or tubular bars 18 inches in length and meet the 17 requirements of one of the following dowel bar types: 18 19 1. Epoxy-coated dowel bars shall be round plain steel bars of the dimensions 20 shown in the Standard Plans. They shall conform to AASHTO M31, Grade 60 21 or ASTM A615, Grade 60 and shall be coated in accordance with ASTM 22 All 078 Type 2 coating, except that the bars may be cut to length after being 23 coated. Cut ends shall be coated in accordance with ASTM All 078 with a 24 patching material that is compatible with the coating, inert in concrete and 25 recommended by the coating manufacturer. The thickness of the epoxy 26 coating shall be 10 mils plus or minus 2 mils. The Contractor shall furnish a 27 written certification that properly identifies the coating material, the number of 28 each batch of coating material used, quantity represented, date of 29 manufacture, name and address of manufacturer, and a statement that the 30 supplied coating material meets the requirements of ASTM A1078 Type 2 31 coating. Patching material, compatible with the coating material and inert in 32 concrete and recommended by the manufacturer shall be supplied with each 33 shipment for field repairs by the Contractor. 34 35 2. ASTM A513 steel tubes made from Grade 60 Carbon Steel Tube with a 1.625 36 inch outside diameter and a 0.120 inch wall thickness. Both the inside and 37 outside of the tube shall be zinc coated with G40 galvanizing in accordance 38 with ASTM A653. Following zinc coating the tubes shall be coated in 39 accordance with Section 9-07.5(1) item 1. The ends of the tube shall be 40 capped to prevent intrusion of concrete or other materials. 41 42 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and 43 Cement Concrete Pavement Rehabilitation) 44 The first paragraph (up until the colon) is revised to read: 45 46 Corrosion resistant dowel bars shall be 1'/2 inch outside diameter plain round steel bars 47 or tubular bars 18 inches in length and meet the requirements of one of the following: 48 49 Item number 4 and 5 of the first paragraph are revised to read: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 26 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications 1 (Revised June 3,2019) 2 4. Corrosion-resistant, low-carbon, chromium plain steel bars for concrete 3 reinforcement meeting all the requirements of ASTM A 1035 Alloy Type CS Grade 4 100 or Alloy Type CS Grade 120. 5 6 5. Zinc Clad dowel bars shall be 1'/2 inch solid bars or 1.625 inch outside diameter by 7 0.120 inch wall tubular bars meeting the chemical and physical properties of 8 AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. The bars shall have a 9 minimum of 0.035 inches A710 Zinc alloy clad to the plain steel inner bar or tube. 10 A710 Zinc shall be composed of: zinc: 99.5 percent, by weight, minimum; copper: 11 0.1-0.25 percent, by weight; and iron: 0.0020 percent, by weight, maximum. Each 12 end of tubular bars shall be plugged using a snug-fitting insert to prohibit any 13 intrusion of concrete or other materials. 14 15 The numbered list in the first paragraph is supplemented with the following: 16 17 6. Multicoated fusion bonded epoxy bars shall consist of an ASTM A615 bar with 18 alternating layers of ASTM A934 coating and an abrasion resistant overcoat (ARO). 19 The ASTM A934 coating shall form the base and there shall be two layers of each 20 coating material. The minimum thickness of the combined layers of the ASTM A934 21 coating and ARO coating shall be 20 mils. The ARO shall meet the following 22 requirements: 23 Test Method Specifiutio- Gou a Resistance NACE TM0215, 30 kg wt., LS-1 bit @ 25°C <0.22 mm 24 kg wt., L Gouge Resistance NACE TM0215, 50 S-1 bit @ 25°C < 0.44 mm 25 7. ASTM A513 steel tubes made from Grade 60 Carbon Steel Tube with a 1.625 inch 26 outside diameter and a 0.120 inch wall thickness. Both the inside and outside of the 27 tube shall be zinc coated with G90 galvanizing in accordance with ASTM A653. 28 Following zinc coating the tubes shall be coated in accordance with Section 9- 29 07.5(1) item 1. The ends of the tube shall be capped to prevent intrusion of 30 concrete or other materials. 31 32 The last paragraph is revised to read: 33 34 Stainless Steel Clad and Stainless Steel Tube Dowel bar ends shall be sealed with a 35 patching material (primer and finish coat) used for patching epoxy-coated reinforcing 36 steel as required in Section 9-07.3, item 6. 37 38 9-07.7 Wire Mesh 39 This section is supplemented with the following: 40 41 Welded wire manufacturers shall participate in the NTPEP Audit Program for 42 Reinforcing Steel (rebar) Manufacturers and shall be listed on the NTPEP audit program 43 website displaying that they are NTPEP compliant. 44 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-127 PROJECT#202 and 216 1 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 9-08.AP9 2 Section 9-08, Paints and Related Materials 3 January 7, 2019 4 9-08.1(1) Description 5 The first sentence is revised to read: 6 7 Paint used for highway and bridge structure applications shall be made from materials 8 meeting the requirements of the applicable Federal and State Paint Specifications, 9 Department of Defense (DOD), American Society of Testing of Materials (ASTM), and 10 The Society for Protective Coatings (SSPC) specifications in effect at time of 11 manufacture. 12 13 9-08.1(2) Paint Types 14 This section is supplemented with the following new subsections: 15 16 9-08.1(2)M NEPCOAT Qualified Products List A 17 Qualified products used shall be part of a NEPCOAT system supplied by the same 18 manufacturer. 19 20 9-08.1(2)N NEPCOAT Qualified Products List B 21 Qualified products used shall be part of a NEPCOAT system supplied by the same 22 manufacturer. 23 24 9-08.1(2)D Organic Zinc-Rich Primer 25 This section, including title, is revised to read: 26 27 Vacant 28 29 9-08.1(2)E Epoxy Polyamide 30 This section is revised to read: 31 32 Epoxy polyamide shall be a two-component system conforming to MIL-DTL-24441 or 33 SSPC Coating Standard No. 42. 34 35 9-08.1(2)H Top Coat, Single-Component, Moisture-Cured Polyurethane 36 This section is revised to read: 37 38 Vehicle Type: Moisture-cured aliphatic polyurethane. 39 40 Color and Gloss: Meet the SAE AMS Standard 595 Color as specified in the table 41 below. 42 43 The Top Coat shall meet the following requirements: 44 45 The resin shall be an aliphatic urethane. 46 47 Minimum-volume solids 50 percent. 48 49 The top coat shall be semi-gloss. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-128 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Color Semi-Gloss Washington Gray 26357 Mt. Baker Gray 26134 Mt. St. Helens Gray 26306 Cascade Green 24158 2 3 9-08.1(2)1 Rust-Penetrating Sealer 4 This section is revised to read: 5 6 Rust-penetrating sealer shall be a two-component, chemically-cured, 100 percent solids 7 epoxy. 8 9 9-08.1(2)J Black Enamel 10 This section is revised to read: 11 12 The enamel shall conform to Federal Specification MIL PRF 24635E Type II Class 2. 13 14 9-08.1(2)K Orange Equipment Enamel 15 The first paragraph is revised to read: 16 17 The enamel shall be an alkyd gloss enamel conforming to Federal Specification MIL- 18 PRF-24635E Type 11 Class 1. The color, when dry, shall match that of SAE AMS 19 Standard 595, color number 12246. 20 21 9-08.1(2)L Exterior Acrylic Latex Paint-White 22 The first paragraph is revised to read: 23 24 This paint shall conform to Federal Specification MIL-PRF-24635E Type II Class 1, 2 or 25 3. 26 27 9-08.1(7) Acceptance 28 This section is revised to read: 29 30 For projects with moisture-cured polyurethane quantities less than 20 gallons, 31 acceptance will be by the Manufacturer's Certificate of Compliance. 32 33 For projects with moisture-cured polyurethane quantities greater than 20 gallons, the 34 product shall be listed in the current WSDOT Qualified Products List (QPL). If the lot 35 number is listed on the QPL, it may be accepted without additional testing. If the lot 36 number is not listed on the QPL, a 1 quart sample shall be submitted to the State 37 Materials Laboratory for testing and acceptance. 38 39 For all other paint types, acceptance will be based on visual inspection. 40 41 9-08.1(8) Standard Colors 42 In the first paragraph, the reference to "Federal Standard 595" is revised to read "SAE AMS 43 Standard 595". 44 45 The second paragraph is revised to read: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-129 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 2 Unless otherwise specified, all top or finish coats shall be semi-gloss, with the paint 3 falling within the range of 35 to 70 on the 60-degree gloss meter. 4 5 9-08.2 Powder Coating Materials for Coating Galvanized Surfaces 6 The last paragraph is revised to read: 7 8 Repair materials shall be as recommended by the powder coating manufacturer and as 9 specified in the Contractor's powder coating plan as accepted by the Engineer. 10 11 9-08.3 Pigmented Sealer Materials for Coating of Concrete Surfaces 12 This section, including title, is revised to read: 13 14 9-08.3 Concrete Surface Treatments 15 9-08.3(1) Pigmented Sealer Materials 16 The pigmented sealer shall be a semi-opaque, colored toner containing only methyl 17 methacrylate-ethyl acrylate copolymer resins, toning pigments suspended in 18 solution at all times by a chemical suspension agent, and solvent. Toning pigments 19 shall be laminar silicates, titanium dioxide, and inorganic oxides only. There shall 20 be no settling or color variation. Tinting shall occur at the factory at the time of 21 manufacture and placement in containers, prior to initial shipment. Use of vegetable 22 or marine oils, paraffin materials, stearates, or organic pigments in any part of 23 coating formulation will not be permitted. The color of pigmented sealer shall be as 24 specified by the Contracting Agency. The Contractor shall submit a 1-quart wet 25 sample, a drawdown color sample, and spectrophotometer or colorimeter readings 26 taken in accordance with ASTM D2244, for each batch and corresponding 27 standard color card. The calculated Delta E shall not exceed 1.5 from the 28 Commission Internationale de I'Eclairage (CIELAB) when measured at 10 degrees 29 Standard Observer and Illuminant D 65. 30 31 The 1-quart wet sample shall be submitted in the manufacturer's labeled container 32 with product number, batch number, and size of batch. The companion drawdown 33 color sample shall be labeled with the product number, batch number, and size of 34 batch. The Contractor shall submit the specified samples and readings to the 35 Engineer at least 14 calendar days prior to the scheduled application of the sealer. 36 The Contractor shall not begin applying pigmented sealer until receiving the 37 Engineer's written approval of the pigmented sealer color samples. 38 39 9-08.3(2) Exposed Aggregate Concrete Coatings and Sealers 40 9-08.3(2)A Retardant Coating 41 Retardant coating shall exhibit the following properties: 42 43 1. Retards the set of the surface mortar of the concrete without 44 preventing the concrete to reach the specified 28 day compressive 45 strength. 46 47 2. Leaves the aggregate with its original color and luster, and firmly 48 embedded in the concrete matrix. 49 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-130 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 3. Allows the removal of the surface mortar in accordance with the 2 methods specified in Section 6-02.3(14)E without the use of acidic 3 washing compounds. 4 5 4. Allows for uniform removal of the surface mortar. 6 7 If the Contractor proposes use of a retardant coating that is not listed in the 8 current WSDOT QPL, the Contractor shall submit a Type 2 Working Drawing 9 consisting of a one quart product sample from a current lot along with 10 supporting product information, Safety Data Sheet, and a Manufacturer's 11 Certificate of Compliance stating that the product conforms to the above 12 performance requirements. 13 14 9-08.3(2)B Clear Sealer 15 The sealer for concrete surfaces with exposed aggregate finish shall be a 16 clear, non-gloss, penetrating sealer of either a silane, siloxane, or silicone 17 based formulation. 18 19 9-08.3(3) Permeon Treatment 20 Permeon treatment shall be a product of known consistent performance in 21 producing the SAE AMS Standard 595 Color No. 30219 target color hue 22 established by WSDOT, either selected from the WSDOT Qualified Products List 23 (QPL), or an equivalent product accepted by the Engineer. For acceptance of 24 products not listed in the current WSDOT QPL, the Contractor shall submit Type 3 25 Working Drawings consisting of a one quart product sample from a current lot, 26 supporting product information and a Safety Data Sheet. 27 28 9-13.AP9 29 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion 30 and Scour Protection and Rock Walls 31 April 2, 2018 32 9-13.1(1) General 33 The last paragraph is revised to read: 34 35 Riprap and quarry spalls shall be free from segregation, seams, cracks, and other 36 defects tending to destroy its resistance to weather and shall meet the following test 37 requirements: 38 39 9-13.5 Concrete Slope Protection 40 This section is revised to read: 41 42 Concrete slope protection shall consist of reinforced portland cement or blended 43 hydraulic cement concrete poured or pneumatically placed upon the slope with a 44 rustication joint pattern or semi-open concrete masonry units placed upon the slope 45 closely adjoining each other. 46 47 9-13.5(2) Poured Portland Cement Concrete Slope Protection 48 This section's title is revised to read: 49 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-131 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Poured Portland Cement or Blended Hydraulic Cement Concrete Slope Protection 2 3 9-13.5(3) Pneumatically Placed Portland Cement Concrete Slope Protection 4 This section's title is revised to read: 5 6 Pneumatically Placed Portland Cement or Blended Hydraulic Cement Concrete 7 Slope Protection 8 9 The first paragraph is revised to read: 10 11 Cement-This material shall be portland cement or blended hydraulic cement as 12 specified in Section 9-01. 13 14 9-13.7(1) Rock for Rock Walls and Chinking Material 15 The first paragraph (up until the colon) is revised to read: 16 17 Rock for rock walls and chinking material shall be hard, sound and durable material, 18 free from seams, cracks, and other defects tending to destroy its resistance to weather, 19 and shall meet the following test requirements: 20 21 9-14.AP9 22 Section 9-14, Erosion Control and Roadside Planting 23 August 6, 2018 24 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs) 25 In Table 1, the last four rows are deleted. 26 27 9-14.4(2)A Long-Term Mulch 28 The first paragraph is supplemented with the following. 29 30 Products containing cellulose fiber produced from paper or paper components will not 31 be accepted. 32 33 Table 2 is supplemented with the following new rows: 34 Water Holding Capacity ASTM D 7367 J800 percent minimum Organic Matter Content AASHTO T 267 90 percent minimum Seed Germination ASTM D 7322 Long Term Enhancement420 percent minimum 35 36 37 9-14.4(2)B Moderate-Term Mulch 38 This section is revised to read: 39 40 Within 48 hours of application, the Moderate-Term Mulch shall bond with the soil 41 surface to create a continuous, absorbent, flexible, erosion-resistant blanket. Moderate- 42 Term Mulch shall effectively perform the intended erosion control function in accordance 43 with Section 8-01.3(1)for a minimum of 3 months, or until temporary vegetation has 44 been established, whichever comes first. 45 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-132 PROJECT#202 and 216 1 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Moderate-Term Mulch shall not be used in conjunction with permanent seeding. 2 3 9-14.4(2)C Short-Term Mulch 4 This section is revised to read: 5 6 Short-Term Mulch shall effectively perform the intended erosion control function in 7 accordance with Section 8-01.3(1) for a minimum of 2 months, or until temporary 8 vegetation has been established, whichever comes first. Short-Term Mulch shall not be 9 used in conjunction with permanent seeding. 10 11 9-16.AP9 12 Section 9-16, Fence and Guardrail 13 August 6, 2018 14 9-16.3(1) Rail Element 15 The last sentence of the first paragraph is revised to read: 16 17 All rail elements shall be formed from 12-gage steel except for thrie beam reducer 18 sections, reduced length thrie beam rail elements, thrie beams used for bridge rail 19 retrofits, and Design F end sections, which shall be formed from 10-gage steel. 20 21 9-16.3(5) Anchors 22 The last paragraph is revised to read: 23 24 Cement grout shall conform to Section 9-20.3(4) and consist of one part portland 25 cement or blended hydraulic cement and two parts sand. 26 27 9-18.AP9 28 Section 9-18, Precast Traffic Curb 29 April 2, 2018 30 9-18.1(1) Aggregates and Proportioning 31 Item number 1 of the first paragraph is revised to read: 32 33 1. Portland cement or blended hydraulic cement shall conform to the requirements of 34 Section 9-01 except that it may be Type I portland cement conforming to AASHTO 35 M 85. 36 37 9-20.AP9 38 Section 9-20, Concrete Patching Material, Grout, and Mortar 39 April 1, 2019 40 9-20.1 Patching Material 41 This section, including title, is revised to read: 42 43 9-20.1 Patching Material for Cement Concrete Pavement 44 Concrete patching material shall be prepackaged mortar extended with aggregate. The 45 amount of aggregate for extension shall conform to the manufacturer's 46 recommendation. 47 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-133 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Patching mortar and patching mortar extended with aggregate shall contain 2 cementitious material and conform to Sections 9-20.1(1) and 9-20.1(2). The 3 Manufacturer shall use the services of a laboratory that has an equipment calibration 4 verification system and a technician training and evaluation process in accordance with 5 AASHTO R 18 to perform all tests specified in Section 9-20.1. 6 7 9-20.1(1) Patching Mortar 8 Patching mortar shall conform to the following requirements: 9 Compressive Strength ASTM Test Method Specification at 3 hours C 39 1 Minimum 3,000 psi at 24 hours C39 Minimum 5,000 psi Length Change at 28 days C 157 0.15 ercent maximum Total Chloride Ion Content C 1218 1 lb/yd'maximum Bond Strength at 24 hours C 882 (As modified by C Minimum 1,000 psi 928, Section 9.5 Scaling Resistance(at 25 C 672 (As modified by C 1 Ib/ftz maximum cycles of freezing and 928, Section 9.4) thawing) 10 11 9-20.1(2) Patching Mortar Extended with Aggregate 12 Patching mortar extended with aggregate shall meet the following requirements. 13 Compress ve Strength ASTM Test Method Specification at 3 hours C 39 Minimum 3,000 psi at 24 hours C 39 Minimum 5,000 psi Length Change at 28 days LC 157 0.15 percent maximum Bond Strength at 24 hours C 882 (As modified by Minimum 1,000 psi ASTM C928, Section 9.5) Scaling Resistance(at 25 C 672 2 Maximum Visual Rating cycles of freezing and thawing) .. ......... Freeze thaw C 666 Maximum expansion 0.10% Minimum durability 90.0% 14 15 9-20.1(3) Aggregate 16 Aggregate used to extend the patching mortar shall conform to Section 9-03.1(4) 17 and be AASHTO Grading No. 8. A Manufacturer's Certificate of Compliance shall 18 be submitted showing the aggregate source and the gradation. Mitigation for Alkali 19 Silica Reaction (ASR) will not be required for the extender aggregate used for 20 concrete patching material. 21 22 9-20.1(4) Water 23 Water shall meet the requirements of Section 9-25.1. The quantity of water shall be 24 within the limits recommended by the repair material manufacturer. 25 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-134 PROJECT#202 and 2161 RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 9-20.2 Specifications 2 This section, including title, is revised to read: 3 4 9-20.2 Patching Material for Concrete Structure Repair 5 Concrete patching material shall be a prepackaged mixture of portland or blended 6 hydraulic cement, aggregate, and admixtures. Fly ash, ground granulated blast furnace 7 slag and microsilica fume may be used. The concrete patching material may be 8 shrinkage compensated. The concrete patching material shall also meet the following 9 requirements: 10 11 Compressive strength of 6000 psi or higher at 28 days in accordance with 12 AASHTO T 22 (ASTM C 39), unless noted otherwise 13 14 Bond strength of 250 psi or higher at 28 days or less in accordance with ASTM 15 C 1583 or ICRI 210.3R 16 17 Shrinkage shall be 0.05 percent (500 microstrain) or lower at 28 days in 18 accordance with AASHTO T 160 (ASTM C 157) as modified by ICRI 320.3R 19 20 • Permeability shall be 2,000 coulombs or lower at 28 days in accordance with 21 AASHTO T 277 (ASTM C 1202) 22 23 • Freeze-thaw resistance shall have a durability factor of 90 percent or higher 24 after a minimum of 300 cycles in accordance with AASHTO T 161 Procedure A 25 (ASTM C 666) 26 27 Soluble chloride ion limits in Section 6-02.3(2) shall be satisfied 28 29 9-20.2(1) Patching Mortar 30 This section, including title, is deleted in its entirety. 31 32 9-20.2(2) Patching Mortar Extended with Aggregate 33 This section, including title, is deleted in its entirety. 34 35 9-20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications 36 This section's title is revised to read: 37 38 Grout Type 3 for Unconfined Applications 39 40 This section is revised to read: 41 42 Grout Type 3 shall be a prepackaged material that does not include expansive 43 admixtures meeting the following requirements: 44 45 Compressive strength shall be 4000 psi or higher at 28 days in accordance 46 with AASHTO T 22 (ASTM C 39) for grout extended with coarse aggregate or 47 AASHTO T 106 (ASTM C109) otherwise. 48 49 Bond strength shall meet one of the following: 50 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 35 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 250 psi or higher at 28 days or less in accordance with ASTM C1583. 2 3 2000 psi or higher at 28 days or less in accordance with ASTM C882. The 4 following modification to ASTM C882 is acceptable: use Type 3 Grout in 5 lieu of epoxy resin base bonding system and freshly mixed portland- 6 cement mortar in the procedure for testing Type II and V systems. 7 8 Drying shrinkage shall be 0.08 percent (800 microstrain) or lower at 28 days in 9 accordance with AASHTO T 160 (ASTM C157). The following modification to 10 AASHTO T 160 is acceptable: use a standard specimen size of 3 x 3 x 11-'/4 11 inches. 12 13 9-20.5 Bridge Deck Repair Material 14 Item number 3 of the first paragraph is revised to read: 15 16 3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with 17 AASHTO T 277. 18 19 9-21.AP9 20 Section 9-21, Raised Pavement Markers (RPM) 21 January 2, 2018 22 9-21.2 Raised Pavement Markers Type 2 23 This section's content is deleted. 24 25 9-21:2(1) Physical Properties 26 This section, including title, is revised to read- 27 ead27 28 9-21.2(1) Standard Raised Pavement Markers Type 2 29 The marker housing shall contain reflective faces as shown in the Plans to reflect 30 incident light from either a single or opposite directions and meet the requirements of 31 ASTM D 4280 including Flexural strength requirements. 32 33 9-21.2(2) Optical Requirements 34 This section, including title, is revised to read: 35 36 9-21.2(2) Abrasion Resistant Raised Markers Type 2 37 Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1) and 38 meet the requirements of ASTM D 4280 with the following additional requirement: The 39 coefficient of luminous intensity of the markers shall be measured after subjecting the 40 entire lens surface to the test described in ASTM D 4280 Section 9.5 using a sand drop 41 apparatus. After the exposure described above, retroreflected values shall not be less 42 than 0.5 times a nominal unblemished sample. 43 44 9-21.2(3) Strength Requirements 45 This section is deleted in its entirety. 46 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 36 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 9-23.AP9 2 Section 9-23, Concrete Curing Materials and Admixtures 3 April 1, 2019 4 9-23.12 Natural Pozzolan 5 This section is revised to read: 6 7 Natural Pozzolans shall be ground Pumice and shall conform to the requirements of 8 AASHTO M295 Class N, including supplementary optional chemical requirements as 9 set forth in Table 2. 10 11 9-23.13 Blended Supplementary Cementitious Material 12 The second sentence is revised to read: 13 14 Blended SCMs shall be limited to binary or ternary blends of fly ash, ground granulated 15 blast furnace slag and microsilica fume. 16 17 The second to last sentence is deleted. 18 19 9-26.AP9 20 Section 9-26, Epoxy Resins 21 January 7, 2019 22 9-26.1(1) General 23 The following new sentence is inserted after the first sentence of the first paragraph 24 25 For pre-packaged cartridge kits, the epoxy bonding agent shall meet the requirements 26 of ASTM C881 when mixed according to manufacturer instructions, utilizing the 27 manufacturer's mixing nozzle. 28 29 9-26.1(2) Packaging and Marking 30 The first sentence of the first paragraph is revised to read 31 32 The components of the epoxy system furnished under these Specifications shall be 33 supplied in separate containers or pre-packaged cartridge kits that are non-reactive with 34 the materials contained. f 35 36 The second paragraph is revised to read: 37 38 Separate containers shall be marked by permanent marking that identify the formulator, 39 "Component A" (contains the Epoxy Resin) and "Component B" (Contains the Curing 40 Agent), type, grade, class, lot or batch number, mixing instructions and the quantity 41 contained in pounds or gallons as defined by these Specifications. 42 43 The following new paragraph is inserted after the second paragraph: 44 45 Pre-packaged cartridge kits shall be marked by permanent marking that identify the 46 formulator, type, grade, class, lot or batch number, mixing instructions and the quantity 47 contained in ounces or milliliters as defined by these Specifications. 48 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-137 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 9-28.AP9 2 Section 9-28, Signing Materials and Fabrication 3 April 1, 2019 4 9-28.2 Manufacturer's Identification and Date 5 The second sentence is revised to read: 6 7 In addition, the width and height dimension, in inches, the Contract number, and the 8 number of the sign as it appears in the Plans shall be placed using 3-inch series C black 9 letters on the back of destination, distance, and large special signs. 10 11 9-28.10 Vacant 12 This section, including title, is revised to read. 13 14 9-28.10 Digital Printing 15 Transparent and opaque durable inks used in digital printed sign messages shall be as 16 recommended by the manufacturer. When properly applied, digital printed colors shall 17 have a warranty life of the base retroreflective sign sheeting. Digital applied colors shall 18 present a smooth surface, free from foreign material, and all messages and borders 19 shall be clear and sharp. Digital printed signs shall conform to 70% of the retroreflective 20 minimum values established for its type and color. Digitally printed signs shall meet the 21 daytime color and luminance, and nighttime color requirements of ASTM D 4956. No 22 variations in color or overlapping of colors will be permitted. Digital printed permanent 23 traffic signs shall have an integrated engineered match component clear protective 24 overlay recommended by the sheeting manufacturer applied to the entire face of the 25 sign. On Temporary construction/maintenance signs printed with black ink only, the 26 protective overlay film is optional, as long as the finished sign has a warranty of a 27 minimum of three years from sign sheeting manufacturer. 28 29 All digital printed traffic control signs shall be an integrated engineered match 30 component system. The integrated engineered match component system shall consist 31 of retroreflective sheeting, durable ink(s), and clear overlay film all from the same 32 manufacturer applied to aluminum substrate conforming to Section 9-28.8. 33 34 The sign fabricator shall use an approved integrated engineered match component 35 system as listed on the Qualified Products List (QPL). Each approved digital printer 36 shall only use the compatible retroreflective sign sheeting manufacturer's engineered 37 match component system products. 38 39 Each retroreflective sign sheeting manufacturer/integrated engineered match 40 component system listed on the QPL shall certify a department approved sign fabricator 41 is approved to operate their compatible digital printer. The sign fabricator shall re-certify 42 annually with the retroreflective sign manufacturer to ensure their digital printer is still 43 meeting manufacturer's specifications for traffic control signs. Documentation of each 44 re-certification shall be submitted to the QPL Engineer annually. 45 46 9-28.11 Hardware 47 The last paragraph is revised to read: 48 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 38 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 All steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and 2 related connecting hardware shall be galvanized in accordance with ASTM F 2329. 3 4 9-28.14(2) Steel Structures and Posts 5 The first sentence of the third paragraph is revised to read 6 7 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to 8 Section 9-06.5(4), including Supplemental Requirement S4 tested at-20°F. 9 10 In the second sentence of the fourth paragraph, "AASHTO M232" is revised to read "ASTM 11 F 2329". 12 13 The first sentence of the fifth paragraph is revised to read: 14 15 Except as otherwise noted, steel used for sign structures and posts shall have a 16 controlled silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent. 17 18 The last sentence of the last paragraph is revised to read. 19 20 If such modifications are contemplated, the Contractor shall submit a Type 2 Working 21 Drawing of the proposed modifications. 22 23 9-29.AP9 24 Section 9-29, Illumination, Signal, Electrical 25 April 1, 2019 26 9-29.1 Conduit, Innerduct, and Outerduct 27 This section is supplemented with the following new subsections: 28 29 9-29.1(10) Pull Tape 30 Pull tape shall be pre-lubricated polyester pulling tape. The pull tape shall have a 31 minimum width of/2-inch and a minimum tensile strength of 500 pounds. Pull tape may 32 have measurement marks. 33 34 9-29.1(11) Foam Conduit Sealant 35 Foam conduit sealant shall be self-expanding waterproof foam designed to prevent both 36 water and pest intrusion. The foam shall be designed for use in and around electrical 37 equipment, including both insulated and bare conductors. 38 39 9-29.2(1) Junction Boxes 40 The first paragraph is revised to read: 41 42 For the purposes of this Specification concrete is defined as portland cement or blended 43 hydraulic cement concrete and non-concrete is all others. 44 45 9-29.2(1)A2 Non-Concrete Junction Boxes 46 The first paragraph is revised to read: 47 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 39 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Material for the non-concrete junction boxes shall be of a quality that will provide for a 2 similar life expectancy as portland cement or blended hydraulic cement concrete in a 3 direct burial application. 4 5 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 6 In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read: 7 I Slip Resistant Lid ASTM A36 steel Frame _ ASTM A36 steel Slip Resistant Frame ASTM A36 steel 8 9 9-29.3(2)A1 Single Conductor Current Carrying 10 This second sentence is revised to read: 11 12 Insulation shall be XLP (cross-linked polyethylene) or EPR (Ethylene Propylene 13 Rubber), Type USE (Underground Service Entrance) or USE-2, and rated for 600-volts 14 or higher. 15 16 9-29.6 Light and Signal Standards 17 In the first sentence of the third paragraph, "AASHTO M232" is revised to read "ASTM F 18 2329". 19 20 Item number 2 of the last paragraph is revised to read: 21 22 2. The steel light and signal standard fabricator's shop drawing submittal, including 23 supporting design calculations, submitted as a Type 2E Working Drawing in 24 accordance with Section 8-20.2(1) and the Special Provisions. 25 26 9-29.6(1) Steel Light and Signal Standards 27 In the second paragraph, "AASHTO M232" is revised to read "ASTM F 2329". 28 29 The first sentence of the last paragraph is revised to read: 30 31 Steel used for light and signal standards shall have a controlled silicon content of either 32 0.00 to 0.06 percent or 0.15 to 0.25 percent. 33 34 9-29.6(5) Foundation Hardware 35 In the last paragraph, "AASHTO M232" is revised to read "ASTM F 2329". 36 37 9-29.10(1) Conventional Roadway Luminaires 38 This section is revised to read: 39 40 All conventional roadway luminaires shall meet 3G vibration requirements as described 41 in ANSI C136.31. 42 43 All luminaires shall have housings fabricated from aluminum. The housing shall be 44 painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise 45 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test 46 as specified in ASTM 13117. 47 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-140 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2" 2 tenon and adjustable within +/- 5 degrees of the axis of the tenon. The clamping 3 bracket(s) and the cap screws shall not bottom out on the housing bosses when 4 adjusted within the +/- 5 degree range. No part of the slipfitter mounting brackets on the 5 luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws 6 used for mounting are tightened to a torque of 32 foot-pounds. Each luminaire shall 7 include leveling reference points for both transverse and longitudinal adjustment. 8 9 All luminaires shall include shorting caps when shipped. The caps shall be removed and 10 provided to the Contracting Agency when an alternate control device is required to be 11 installed in the photocell socket. House side shields shall be included when required by 12 the Contract. Order codes shall be modified to the minimum extent necessary to include 13 the option for house side shields. 14 15 This section is supplemented with the following new subsections: 16 17 9-29.10(1)A High Pressure Sodium (HPS) Conventional Roadway Luminaires 18 HPS conventional roadway luminaires shall meet the following requirements: 19 20 1. General shape shall be "cobrahead" style, with flat glass lens and full cutoff 21 optics. 22 23 2. Light pattern distribution shall be IES Type III. 24 25 3. The reflector of all luminaires shall be of a snap-in design or secured with 26 screws. The reflector shall be polished aluminum or prismatic borosilicate 27 glass. 28 29 4. Flat lenses shall be formed from heat resistant, high-impact, molded 30 borosilicate or tempered glass. 31 32 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to 33 the luminaire and secured in the closed position to the luminaire by means of 34 an automatic latch. The lens and doorframe assembly, when closed, shall 35 exert pressure against a gasket seat. The lens shall not allow any light output 36 above 90 degrees nadir. Gaskets shall be composed of material capable of 37 withstanding the temperatures involved and shall be securely held in place. 38 39 6. The ballast shall be mounted on a separate exterior door, which shall be 40 hinged to the luminaire and secured in the closed position to the luminaire 41 housing by means of an automatic type of latch (a combination hex/slot 42 stainless steel screw fastener may supplement the automatic-type latch). 43 44 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt 45 lamp complete and associated ballast. Lamps shall mount horizontally. 46 47 9-29.10(1)B Light Emitting Diode (LED) Conventional Roadway Luminaires 48 LED Conventional Roadway Luminaires are divided into classes based on their 49 equivalent High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W, 50 310W, and 400W. LED luminaires are required to be pre-approved in order to verify CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-141 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 their photometric output. To be considered for pre-approval, LED luminaires must meet 2 the requirements of this section. 3 4 LED luminaires shall include a removable access door, with tool-less entry, for access 5 to electronic components and the terminal block. The access door shall be removable, 6 but include positive retention such that it can hang freely without disconnecting from the 7 luminaire housing. LED drivers may be mounted either to the interior of the luminaire 8 housing or to the removable door itself. 9 10 LED drivers shall be removable for user replacement. All internal modular components 11 shall be connected by means of mechanical plug and socket type quick disconnects. 12 Wire nuts may not be used for any purpose. All external electrical connections to the 13 luminaire shall be made through the terminal block. 14 15 LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s) 16 shall be dimmable from ten volts to zero volts. LED output shall have a Correlated Color 17 Temperature (CCT) of 4000K nominal (4000-4300K) and a Color Rendering Index (CRI) 18 of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees 19 Celsius. 20 21 LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages 22 refer to the supply voltages to the luminaires present in the field. LED power usage shall 23 not exceed the following maximum values for the applicable wattage class: 24 Class Max. Wattage 20OW 110W 250W 165W 310W 210W 400W 275W 25 26 Only one brand of LED conventional roadway luminaire may be used on a Contract. 27 They do not necessarily have to be the same brand as any high-mast, underdeck, or 28 wall-mount luminaires when those types of luminaires are specified in the Contract. 29 LED luminaires shall include a standard 10 year manufacturer warranty. 30 31 The list of pre-approved LED Conventional Roadway Luminaires is available at 32 http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm. 33 34 9-29.10(2) Decorative Luminaires 35 This section, including title, is revised to read. 36 37 9-29.10(2) Vacant 38 39 9-29.12 Electrical Splice Materials 40 This section is supplemented with the following new subsections: 41 42 9-29.12(3) Splice Enclosures 43 9-29.12(3)A Heat Shrink Splice Enclosure 44 Heat shrink splice enclosures shall be medium or heavy wall cross-linked 45 polyolefin, meeting the requirements of AMS-DTL-23053/15, with thermoplastic CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-142 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 adhesive sealant. Heat shrink splices used for"wye" connections require rubber 2 electrical mastic tape. 3 4 9-29.12(3)B Molded Splice Enclosure 5 Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The 6 material used shall be compatible with the insulation material of the insulated 7 conductor or cable. The component materials of the resin insulation shall be 8 packaged ready for convenient mixing without removing from the package. 9 10 9-29.12(4) Re-Enterable Splice Enclosure 11 Re-enterable splice enclosures shall use either dielectric grease or a flexible resin '12 contained in a two-piece plastic mold. The mold shall either snap together or use 13 stainless steel hose clamps. 14 15 9-29.12(5) Vinyl Electrical Tape for Splices 16 Vinyl electrical tape in splicing applications shall meet the requirements of MIL-1- 17 24391 C. 18 19 9-29.12(1) Illumination Circuit Splices 20 This section is revised to read: 21 22 Underground illumination circuit splices shall be solderless crimped connections 23 capable of securely joining the wires, both mechanically and electrically, as defined in 24 Section 8-20.3(8). Aerial illumination splices shall be solderless crimp connectors or 25 split bolt vice-type connectors. 26 27 9-29.12(1)A Heat Shrink Splice Enclosure 28 This section is deleted in its entirety. 29 30 9-29.12(1)B Molded Splice Enclosure 31 This section is deleted in its entirety. 32 33 9-29.12(2) Traffic Signal Splice Material 34 This section is revised to read: 35 36 Induction loop splices and magnetometer splices shall use an uninsulated barrel-type 37 crimped connector capable of being soldered. 38 39 9-29.13(10)D Cabinets for Type 170E and 2070 Controllers 40 The first sentence of item number 4 is revised to read: 41 42 A disposable paper filter element with dimensions of 12" X 16" X 1° shall be provided in 43 lieu of a metal filter. 44 45 Item number 6 is revised to read: 46 47 6. LED light strips shall be provided for cabinet lighting, powered from the Equipment 48 breaker on the Power Distribution Assembly. Each LED light strip shall be 49 approximately 12 inches long, have a minimum output of 320 lumens, and have a 50 color temperature of 4100K (cool white) or higher. There shall be three light strips CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-143 PROJECT#202 and 216 I RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 for each rack within the cabinet. Lighting shall be ceiling mounted — rack mounted 2 lighting is not permitted. Light strips shall be installed in the locations shown in the 3 Standard Plans. Lighting shall not interfere with the proper operation of any other 4 ceiling mounted equipment. All lighting fixtures above a rack shall energize 5 automatically when either door to that respective rack is opened. Each door switch 6 shall be labeled "Light". 7 8 Item number 7 is revised to read: 9 10 7. Rack mounted equipment shall be as shown in the Standard Plans. The cabinet 11 shall use PDA#2LX and Output File#1 LX. Where an Auxiliary Output File is 12 required, Output File#2LX shall also be included. 13 14 This section is supplemented with the following new item. 15 16 9. The PCB connectors for Field Terminal Blocks FT1 through FT6 on Output Files 17 #1 LX and #2LX shall be capable of accepting minimum 14 AWG field wiring, have 18 a pitch of 5.08 mm, and use screw flange type locking to secure the plug and 19 socket connection. The sockets on the Field Terminal Panel shall be secured to the 20 panel such that unplugging a connector will not result in the socket moving or 21 separating from the panel. 22 23 9-29.13(11) Traffic Data Accumulator and Ramp Meters 24 Item number 2 is revised to read: 25 26 2. Rack mounted equipment shall be as shown in the Standard Plans. 27 28 Item number 3 is revised to read: 29 30 3. PDA#3LX shall be furnished with three Model 200 Load Switches installed. PDA 31 #3LX shall be modified to include a second Model 430 transfer relay, mounted on 32 the rear of the PDA and wired as shown in the Standard Plans. 33 34 9-29.13(12) ITS Cabinet 35 This section's title is revised to read- 36 37 Type 331 L ITS Cabinet 38 39 The first paragraph (excluding the numbered list) is revised to read: 40 41 Basic ITS cabinets shall be Model 331 L Cabinets, unless otherwise specified in the 42 Contract. Type 331 L Cabinets shall be constructed in accordance with the TEES, with 43 the following modifications: 44 45 Item number 6 of the first paragraph is revised to read: 46 47 6. LED light strips shall be provided for cabinet lighting, powered from the Equipment 48 breaker on the Power Distribution Assembly. Each LED light strip shall be 49 approximately 12 inches long, have a minimum output of 320 lumens, and have a 50 color temperature of 4100K (cool white) or higher. There shall be three light strips 51 for each rack within the cabinet. Lighting shall be ceiling mounted — rack mounted CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-144 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 lighting is not permitted. Light strips shall be installed in the locations shown in the 2 Standard Plans. Lighting shall not interfere with the proper operation of any other 3 ceiling mounted equipment. All lighting fixtures above a rack shall energize 4 automatically when either door to that respective rack is opened. Each door switch 5 shall be labeled "Light". 6 7 9-29.16(2)E Painting Signal Heads 8 In the first sentence, "Federal Standard 595" is revised to read "SAE AMS Standard 595". 9 10 9-29.17 Signal Head Mounting Brackets and Fittings 11 In the first paragraph, item number 2 under Stainless Steel is revised to read: 12 13 2. Bands or cables for Type N mount. 14 15 9-29.20 Pedestrian Signals 16 In item 2C of the second paragraph, "Federal Standard 595" is revised to read "SAE AMS 17 Standard 595". 18 19 9-29.24 Service Cabinets 20 The third sentence of item number 6 is revised to read: 21 22 The dead front cover shall have cutouts for the entire breaker array, with blank covers 23 where no circuit breakers are installed. 24 25 Item number 8 is revised to read: 26 27 8. Lighting contactors shall meet the requirements of Section 9-29.24(2). 28 29 The last sentence of item number 10 is revised to read: 30 31 Dead front panels shall prevent access to any exposed, live components, and shall 32 cover all equipment except for circuit breakers (including blank covers), the photocell 33 test/bypass switch, and the GFCI receptacle. 34 35 9-29.24(2) Electrical Circuit Breakers and Contactors 36 This section is revised to read: 37 38 All circuit breakers shall be bolt-on type, with the RMS-symmetrical interrupting capacity 39 described in this Section. Circuit breakers for 120/240/277 volt circuits shall be rated at 40 240 or 277 volts, as applicable, with an interrupting capacity of not less than 10,000 41 amperes. Circuit breakers for 480 volt circuits shall be rated at 480 volts, and shall have 42 an interrupting capacity of not less than 14,000 amperes. 43 44 Lighting contactors shall be rated for tungsten or ballasted (such as sodium vapor, 45 mercury vapor, metal halide, and fluorescent) lamp loads. Contactors for 120/240/277 46 volt circuits shall be rated at 240 volts maximum line to line voltage, or 277 volts 47 maximum line to neutral voltage, as applicable. Contactors for 480 volt circuits shall be 48 rated at 480 volt maximum line to line voltage. 49 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-145 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 9-33.AP9 2 Section 9-33, Construction Geosynthetic 3 August 6, 2018 4 9-33.4(1) Geosynthetic Material Approval 5 The second sentence of the first paragraph is revised to read: 6 7 If the geosynthetics material is not listed in the current WSDOT QPL, a Manufacturer's 8 Certificate of Compliance including Certified Test Reports of each proposed 9 geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for 10 evaluation. 11 12 The last paragraph is revised to read: 13 14 Geosynthetics used as reinforcement in permanent geosynthetic retaining walls, 15 reinforced slopes, reinforced embankments, and other geosynthetic reinforcement 16 applications require proof of compliance with the National Transportation Product 17 Evaluation Program (NTPEP) in accordance with AASHTO Standard Practice R 69, 18 Standard Practice for Determination of Long-Term Strength for Geosynthetic 19 Reinforcement. 20 21 9-34.AP9 22 Section 9-34, Pavement Marking Material 23 January 7, 2019 24 9-34.2(2) Color 25 The first sentence is revised to read: 26 27 Paint draw-downs shall be prepared according to ASTM D823. 28 29 Each reference to "Federal Standard 595" is revised to read "SAE AMS Standard 595 30 31 9-34.2(3) Prohibited Materials 32 This section is revised to read: 33 34 Traffic paint shall not contain mercury, lead, chromium, diarylide pigments, toluene, 35 chlorinated solvents, hydrolysable chlorine derivatives, ethylene-based glycol ethers 36 and their acetates, nor any other EPA hazardous waste material over the regulatory 37 levels in accordance with CFR 40 Part 261.24. 38 39 9-34.2(5) Low VOC Waterborne Paint 40 The heading "Standard Waterborne Paint" is supplemented with "Type 1 and 2". 41 42 The heading "High-Build Waterborne Paint" is supplemented with "Type 4". 43 44 The heading "Cold Weather Waterborne Paint" is supplemented with "Type 5". 45 46 In the row beginning with "° @900F", each minimum value is revised to read "60". 47 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-146 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 In the row beginning with "Fineness of Grind, (Hegman Scale)", each minimum value is 2 revised to read "S'. 3 4 The last four rows are replaced with the following: 5 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 vis osity viscosity Viscosity Low Temperature ASTM D No Cracks* No Cracks Film Formation 28053 Cold Flexibilit s ASTM D522 Pass at 0.5 in mandrel* Test Deck Durability6 ASTM D913 >70%paint retention in wheel track* _ Mud Cracking_ See note 7) 1 No Cracks No Cracks 7 After the preceding Amendments are applied, the following new column is inserted after the 8 "Standard Waterborne Paint Type 1 and 2" column: 9 Semi-Durable Waterborne Paint Type 3 White Yellow Min. Max. Min. I Max. Within±0.3 of qualification sample 80 95 80 95 60 60 77 77 65 65 43 43 1.25 1.25 3 3 0.98 0.96 88 50 100° 100° 9.5 9.5 10 10 100%acrylic emulsion @ 5 cycles show no coagulation or f chane in viscosity greater than±10 KU ±10 KU from the initial viscosity No Cracks Pass at 0.25 in mandrel >_70%paint retention in wheel track No Cracks 10 11 The footnotes are supplemented with the following: 12 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-147 PROJECT#202 and 216/RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1 952F 2 Section 3.1.1. 3 4 5Cold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness 5 of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 °F)for 24 6 hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B) shall 7 be put in a 40°F refrigerator when the paint is drawn down. After 24 hours, the 8 aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel 9 apparatus for 2 hours. After 2 hours, the panel and test apparatus shall be removed and 10 immediately tested to according to ASTM D522 to evaluate cold flexibility. Paint must 11 show no evidence of cracking, chipping or flaking when bent 180 degrees over a 12 mandrel bar of specified diameter. 13 14 6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a 15 minimum of six months with the following additional requirements: it shall be applied at 16 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000 17 ADT and which was applied during the months of September through November. 18 19 'Paint is applied to an approximately 4"x12" aluminum panel using a drawdown bar with 20 a 50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH 21 and 72±5 °F) for 24 hours. Visual evaluation of the dry film shall reveal no cracks. 22 23 9-34.3 Plastic 24 In the first sentence of the last paragraph, "Federal Standard 595" is revised to read "SAE 25 AMS Standard 595". 26 27 9-34.3(2) Type B - Pre-Formed Fused Thermoplastic 28 In the last two paragraphs, each reference to "Federal Standard 595" is revised to read "SAE 29 AMS Standard 595". 30 31 9-34.3(4) Type D - Liquid Cold Applied Methyl Methacrylate 32 The Test Method value for Adhesion to PCC or HMA, psi is revised to read "ASTM 33 D4541'". 34 35 9-34.4 Glass Beads for Pavement Marking Materials 36 In the Test Method column of the table titled Metal Concentration Limits, "EPA 3052 SW-846 37 6010C" is revised to read "EPA 3052 SW-846 601 OD". 38 39 9-34.5(1) Temporary Pavement Marking Tape — Short Duration 40 This section, including title, is revised to read: 41 42 9-34.5(1) Temporary Pavement Marking Tape- Short Duration (Removable) 43 Temporary pavement marking tape for short duration (usage is for up to two months) 44 shall conform to ASTM D4592 Type I except that black tape, black mask tape and the 45 black portion of the contrast removable tape, shall be non-reflective. 46 47 9-34.5(2) Temporary Pavement Marking Tape — Long Duration 48 This section's title is revised to read: 49 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-148 PROJECT#202 and 216/ RFB#19-011 Amendments to the Standard Specifications (Revised June 3,2019) 1 Temporary Pavement Marking Tape- Long Duration (Non-Removable) 2 3 The first sentence is revised to read: 4 5 Temporary pavement marking tape for long duration (usage is for greater than two 6 months and less than one year) shall conform to ASTM D4592 Type II. 7 8 ASTM E2176 is deleted from the second sentence. 9 10 9-34.7(1) Requirements 11 The first paragraph is revised to read: 12 13 Field performance evaluation is required for low VOC solvent-based paint per Section 9- 14 34.2(4), Type A- liquid hot applied thermoplastic per Section 9-34.3(1), Type B- 15 preformed fused thermoplastic per Section 9-34.3(2), Type C-cold applied preformed 16 tape per Section 9-34.3(3), and Type D - liquid applied methyl methacrylate per Section 17 9-34.3(4). 18 19 The last paragraph is deleted. 20 21 9-34.7(1)C Auto No-Track Time 22 The first paragraph is revised to read: 23 24 Auto No-Track Time will only be required for low VOC solvent-based paint in 25 accordance with Section 9-34.2(4). 26 27 The second and third sentences of the second paragraph are deleted. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM— ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-149 PROJECT#202 and 216 1 RFB#19-011 City of Federal Way Contract Provisions Citywide Adaptive Signal Control System—ITS Improvements—Phase 1 &2 and Phase 3 Project#202 and 216/ RFB#19-011 SPECIAL PROVISIONS INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2018 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (April 12, 2018 CFW GSP) (...PROJECT-SPECIFIC SPECIAL PROVISION***) Also incorporated into the Contract Documents by reference are: a Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • WSDOT Standard Plans • City of Federal Way Public Works Development Standards • National Electric Code, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM— ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-1 PROJECT#202 and 2161 RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 INSDOT GSP) This Contract provides for the improvement of the Citywide Adaptive Signal Control System - ITS Improvements and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency." CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-2 PROJECT#202 and 216 I RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 All references to the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location." All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for"Contract." Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-3 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works Contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the Contract, Plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor Basis of Distribution N o. of _ Sets Reduced Plans (11" x 17") 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award. Large Plans (e.g., 22" x 34") 2 Furnished only upon request. Additional Plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.4 Examination of Plans. Specifications, and Site Work (June 27, 2011 APWA GSP) 1-02.4(1) General (August 15, 2016 APWA GSP, Option B) The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business three (3) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.5 Proposal Farms (July 31, 2017 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-4 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Propasal (July 11, 2018 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last two paragraphs, and replace them with the following: If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work. The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agrppment (June 3, 2019 WSDOT GSP, OPTION 10) The fourth paragraph of Section 1-02.6 is revised to read: The Bidder shall submit with the Bid a completed Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification, when required by the Special Provisions. For each and every UDBE firm listed on the Bidder's completed Underutilized Disadvantaged Business Enterprise Utilization Certification, the Bidder shall submit written confirmation from that UDBE firm that the UDBE is in agreement with the UDBE participation commitment that the Bidder has made in the Bidder's completed Underutilized Disadvantaged Business Enterprise Utilization Certification. WSDOT Form CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-5 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 422 031U (Underutilized Disadvantaged Business Enterprise Written Confirmation Document) is to be used for this purpose. Bidder must submit good faith effort documentation only in the event the bidder's efforts to solicit sufficient UDBE participation have been unsuccessful. The Bidder shall submit a UDBE Bid Item Breakdown form defining the scope of work to be performed by each UDBE listed the UDBE Utilization Certification. If the Bidder lists a UDBE Trucking firm on the UDBE Utilization Certification, then the Bidder must also submit a UDBE Trucking Credit Form (WSDOT Form 272-058) documenting how the UDBE Trucking firm will be able to perform the scope of work subcontracted to them. Directions for delivery of the Underutilized Disadvantaged Business Enterprise Written Confirmation Documents, Underutilized Disadvantaged Business Enterprise Good Faith Effort documentation, UDBE Bid Item Breakdown Form and the UDBE Trucking Credit Form are included in Section 1-02.9. (August 2, 2004 WSDOT GSP, OPTION 15) Section 1-02.6 is supplemented with the following: The fifth and sixth paragraphs of Section 1-02.6 are deleted. (April 2, 2018) Alternative Bids The bidding proposal on this project permits the bidder to submit a bid on one or more alternatives for the construction of ITS improvements at three additional intersections that are not included as part of the Base Bid, as well as the supply of materials only for the Hybrid Radar/Video Detection Systems. Bid Proposal The bid proposal is composed of the following parts: Base Bid, Alternative 1, and Alternative 2. The base bid includes all items that do not change as to quantity, dimension, or type of construction, regardless of which alternative is bid. The Alternative portions of the bid proposal contain all items which change as to quantity, dimension, or construction method, depending on which alternative is bid. Alternative 1 Alternative 1 is based on constructing the ITS improvements at the following three additional intersections that are not included as part of the Base Bid: • S 324th St& SR 99 • S 320th St& 11th PI S • S 348th St (SR 18) & Enchanted Pkwy S (SR 161)/16th Ave s The bid items for Alternative 1 are as listed in the bid proposal. Alternative 2 Alternative 2 is based on the supply of materials only for the Hybrid Rada.n� Q&teGtien System. additional hybrid radar/video detection units. beyond those included as part of the Base Bid, and include the following:. • Hybrid Radar/Video Detection Camera-(Material Only) • Hybrid Radar/Video Detection Cabinet Werface Unit {Material Only) CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-6 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 The bid items for Alternative 2 are as listed in the bid proposal. Bidding Procedures The bidder shall submit a price on each and every item of work included in the base bid. The bidder shall also submit prices on each and every item under the alternative on which the bidder chooses to bid, or, if the bidder chooses to bid on more than one alternative, the bidder shall submit prices for each and every item under each alternative chosen. If the bidder chooses to bid on more than one alternative, the bidder shall submit their sealed bid in the envelope provided by the Contracting Agency using the Proposal Form provided. If the bidder chooses to bid on more than one alternative, the bid cannot be accepted electronically via Trns•Port Expedite® software and BidExpress®. The successful bidder will be determined by the lowest total of an alternative plus the base bid. Award will be based on the lowest total subject to the requirements of Section 1-03. Add the following new section: 1-02.60) Recycled Materials Proposal (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. 1-42.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (May 17, 2018 APWA GSP, OPTION A) CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-7 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery be considered responsive on a FHWA-funded project, the Bidder may be required to submit the following items, as required by Section 1-02.6: UDBE Written Confirmation Document from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification (WSDOT 272-056U) • Good Faith Effort (GFE) Documentation These documents, if applicable, shall be received either with the Bid Proposal or as a supplement to the Bid. These documents shall be received no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed envelope labeled the same as for the Proposal, with "Supplemental Information" added. All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any "Supplemental Information" (UDBE confirmations, or GFE documentation) that is received after the time specified above, or received in a location other than that specified in the Call for Bids. 1-02.10 Withdrawing, Revisinq, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM— ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-8 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.13 Irregular Proposals (June 20, 2017 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; C. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification that they are in agreement with the bidder's UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid)to the potential detriment of the Contracting Agency; C. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, OPTION B) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental Criteria 1-7 listed in this Section. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-9 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. 1. Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder does not owe delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes are owed to the Washington State Department of Revenue, the Bidder must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub-tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-10 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 5. Public Bidding Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause/Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . 7. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 1 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third-parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-12 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's _unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales,taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-13 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 5 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1-03.7 Judicial Review (November 30, 2018 APWA GSP) CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-14 PROJECT#202 and 2161 RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3, Special Provisions, 4, Contract Plans, 5. Amendments to the Standard Specifications, 6, Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-15 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 No adjustment in Contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection (October 1, 2005 APWA GSP) Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing 1-05.11(l) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-16 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of Contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the Contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testin It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit Contract prices related to the system being tested, unless specifically set forth otherwise in the Proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section- 1-05.14 Cooperation with Other Contractors (March 13, 1995 WSDOT GSP, OPTION 1) Section 1-05.14 is supplemented with the following: Other Contracts or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-17 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 • Zayo is currently performing communications upgrades at multiple intersections throughout the City. It is anticipated that Zayo will continue work through the course of this project. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power and water as a pay item. 1-06 CONTROL OF MATERIAL (August 6, 2012, WSDOT GSP, OPTION 1(A)) Section 1-06 is supplemented with the following: Buy America In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or$2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-18 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-19 PROJECT#202 and 216 I RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's Plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Section 1-07.1 is supplemented with the following: (April 3, 2006 WSDOT GSP, OPTION 3) Confined Space Confined spaces are known to exist at the following locations: Existing storm drainage, sanitary sewer, and other utility systems, vaults, and structures, along with all new similar new construction items that meet the requirements of WAC 296-809-100. The Contractor shall be fully responsible for the safety and health of all on-site workers and compliant with Washington Administrative Code (WAC 296-809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 30 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 1-07.2 State Taxes CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-20 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a Bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit Bid prices or other Contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all Contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this Contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.20) State Sales Tax— Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit Bid item prices, or other Contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax— Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full Contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM–ITS IMPROVEMENTS– CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-21 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 item prices, or in any other Contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid item prices or in any other Contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any Contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.7 Load Limits (March 13, 1995 WSDOT GSP, OPTION 6) Section 1-07.7 is supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.9 Wages 1-07.9(1) General (January 9, 2019 WSDOT GSP, OPTION 1) Section 1-07.9(1) is supplemented with the following: The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA190001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. (April 2, 2007 WSDOT GSP, OPTION 4) Application of Wage Rates For The Occupation Of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: Landsc-ape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. In addition, federal wage rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the occupation description, Mulch Seeding Operator. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-22 PROJECT#202 and 216 I RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at littp://www.wdol.gov/docs/sfl444.pdf, and submit the completed form to the Engineer's office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. 1-07.11 Requirements for Nondiscrimination (April Z 2018 WSDOT GSP, OPTION 1) Section 1-07.11 is supplemented with the following: Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Ordere 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA: SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin, Non-SMSA Counties 3.6 WA Walla Walla. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-23 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non-SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non-SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR-WA 4.5 WA Clark. Non-SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable.to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-24 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 geographical area in which the contract is to be performed. The notification shall be sent to: U.S. Department of Labor Office of Federal Contract Compliance Programs Pacific Region Attn: Regional Director San Francisco Federal Building 90 —7th Street, Suite 18-300 San Francisco, CA 94103(415) 625-7800 Phone (415) 625-7799 Fax Additional information may be found at the U.S. Department of Labor website: i[tp.I' www.dol._quv/ufc p/TAyuidc;slc:to uide.htm 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-25 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-26 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female reterral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-27 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. J. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-28 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work-force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-29 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 16. Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at: Washington State Dept. of Transportation Office of Equal Opportunity PO Box 47314 310 Maple Park Ave. SE Olympia WA 98504-7314 Ph: 360-705-7090 Fax: 360-705-6801 http://www.wsdot.wa.gov/equalopportunity/default.htm (April 3, 2018, WSDOT GSP, OPTION 2) Supplement this section with the following: Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and USDOT's official interpretations (i.e., Questions & Answers) apply to this Contract. As such, the requirements of this Contract are to make affirmative efforts to solicit DBEs, provide information on who submitted a Bid or quote and to report DBE participation monthly as described elsewhere in these Contract Provisions. No preference will be included in the evaluation of Bids/Proposals, no minimum level of DBE participation shall be required as a Condition of Award and Bids/Proposals may not be rejected or considered non-responsive on that basis. DBE Abbreviations and Definitions Broker-A business firm that provides a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials, or supplies required for the performance of the Contract; or, persons/companies who arrange or expedite transactions. Certified Business Description - Specific descriptions of work the DBE is certified to perform, as identified in the Certified Firm Directory, under the Vendor Information page. Certified Firm Directory - A database of all Minority, Women, and Disadvantaged Business Enterprises. The on-line Directory is available to Contractors for their use in identifying and soliciting interest from DBE firms. The CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-30 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 database is located under the Firm Certification section of the Diversity Management and Compliance System web page at: https://omwbe.diversitycompliance.com. Commercially Useful Function (CUF) — 49 CFR 26.55(c)(1) defines commercially useful function as: "A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a commercially useful function, you must evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors." Contract— For this Special Provision only, this definition supplements Section 1- 01.3. 49 CFR 26.5 defines contract as: "... a legally binding relationship obligating a seller to furnish supplies or services (including, but not limited to, construction and professional services) and the buyer to pay for them. For purposes of this part, a lease is considered to be a contract." Disadvantaged Business Enterprise (DBE) — A business firm certified by the Washington State Office of Minority and Women's Business Enterprises, as meeting the criteria outlined in 49 CFR 26 regarding DBE certification. A Underutilized Disadvantaged Business Enterprise (UDBE) firm is a subset of DBE. Force Account Work — Work measured and paid in accordance with Section 1- 09.6. Manufacturer (DBE) — A DBE firm that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract. A DBE Manufacturer shall produce finished goods or products from raw or unfinished material or purchase and substantially alters goods and materials to make them suitable for construction use before reselling them. Regular Dealer (DBE) — A DBE firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of a Contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a Regular Dealer, the DBE firm must be an established regular business that engages in as its principal business and in its own name the purchase and sale of the products in question. A Regular Dealer in such items as steel, cement, gravel, stone, and petroleum products need not own, operate or maintain a place of business if it both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by long-term formal lease agreements and not on an ad-hoc basis. Brokers, packagers, manufacturers' CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-31 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 representatives, or other persons who arrange or expedite transactions shall not be regarded as Regular Dealers within the meaning of this definition. DBE Goals No DBE goals have been assigned as part of this Contract. Affirmative Efforts to Solicit DBE Participation The Contractor shall not discriminate on the grounds of race, color, sex, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. DBE firms shall have an equal opportunity to complete for subcontracts in which the Contractor enters into pursuant to this Contract. Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a timely and reasonably designed manner to provide notice of the opportunity to DBEs capable of performing the Work. All advertisements should include a Contract Provision encouraging participation by DBE firms. This may be accomplished through general advertisements (e.g. newspapers, journals, etc.) or by soliciting Bids/Proposals directly from DBEs. 2. Establish delivery schedules that encourage participation by DBEs and other small businesses. 3. Participate with a DBE as a joint venture. DBE Eligibility/Selection of DBEs for Reporting Purposes Only Contractor may take credit for DBEs utilized on this Contract only if the firm is certified for the Work being performed, and the firm performs a commercially useful function (CUF). Absent a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral' participation and shall be reported as such. Crediting DBE Participation All DBE Subcontractors shall be certified before the subcontract on which they are participating is executed. Be advised that although a firm is listed in the directory, there are cases where the listed firm is in a temporary suspension status. The Contractor shall review the OMWBE Suspended DBE Firms list. A DBE firm that is included on this list may not enter into new contracts that count towards participation. DBE participation is only credited upon payment to the DBE. The following are some definitions of what may be counted as DBE participation. DBE Prime Contractor Only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime Contractor performs with its own forces and is certified to perform. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-32 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 DBE Subcontractor Only take credit for that portion of the total dollar value of the subcontract that is equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces. The value of work performed by the DBE includes the cost of supplies and materials purchased by the DBE and equipment leased by the DBE, for its work on the contract. Supplies, materials or equipment obtained by a DBE that are not utilized or incorporated in the contract work by the DBE will not be eligible for DBE credit. The supplies, materials, and equipment purchased or leased from the Contractor or its affiliate, including any Contractor's resources available to DBE subcontractors at no cost, shall not be credited. DBE credit will not be given in instances where the equipment lease includes the operator. The DBE is expected to operate the equipment used in the performance of its work under the contract with its own forces. Situations where equipment is leased and used by the DBE, but payment is deducted from the Contractor's payment to the DBE is not allowed. If a DBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be credited only if the DBE's Lower-Tier Subcontractor is also a DBE. Work subcontracted to a non-DBE shall not be credited. Count expenditures toward race/gender-neutral participation only if the DBE is performing a CUF on the contract. DBE Subcontract and Lower Tier Subcontract Documents There must be a subcontract agreement that complies with 49 CFR Part 26 and fully describes the distinct elements of Work committed to be performed by the DBE. The subcontract agreement shall incorporate requirements of the primary Contract. Subcontract agreements of all tiers, including lease agreements shall be readily available at the project site for the Engineer's review. DBE Service Provider The value of fees or commissions charged by a DBE Broker, a DBE behaving in a manner of a Broker, or another service provider for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance specifically required for the performance of the contract will only be credited as DBE participation, if the fee/commission is determined by the Contracting Agency to be reasonable and the firm has performed a CUF. Temporary Traffic Control If the DBE firm is being utilized in the capacity of only "Flagging", the DBE firm must provide a Traffic Control Supervisor (TCS) and flagger, which are under the direct control of the DBE. The DBE firm shall also provide all flagging equipment (e.g. paddles, hard hats, and vests). CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-33 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 If the DBE firm is being utilized in the capacity of "Traffic Control Services", the DBE firm must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in total control of all items in implementing the traffic control for the project. In addition, if the DBE firm utilizes the Contractor's equipment, such as Transportable Attenuators and Portable Changeable Message Signs (PCMS) no DBE credit can be taken for supplying and operating the items. Trucking DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also certified as a supplier. In situations where the DBE's work is priced per ton, the value of the hauling service must be calculated separately from the value of the materials in order to determine DBE credit for hauling The DBE trucking firm must own and operate at least one licensed, insured and operational truck on the contract. The truck must be of the type that is necessary to perform the hauling duties required under the contract. The DBE receives credit for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. The DBE may lease additional trucks from another DBE firm. The Work that a DBE trucking firm performs with trucks it leases from other certified DBE trucking firms qualify for 100% DBE credit. The trucking Work subcontracted to any non-DBE trucking firm will not receive credit for Work done on the project. The DBE may lease trucks from a non-DBE truck leasing company, but can only receive credit as DBE participation if the DBE uses its own employees as drivers. DBE credit for a truck broker is limited to the fee/commission that the DBE receives for arranging transportation services. Truck registration and lease agreements shall be readily available at the project site for the Engineer review. DBE Manufacturer and DBE Regular Dealer One hundred percent (100%) of the cost of the manufactured product obtained from a DBE manufacturer can count as DBE participation. Sixty percent (60%) of the cost of materials or supplies purchased from a DBE Regular Dealer may be credited as DBE Participation. If the role of the DBE Regular Dealer is determined to be that of a pass-through, then no DBE credit will be given for its services. If the role of the DBE Regular Dealer is determined to be that of a Broker, then DBE credit shall be limited to the fee or commission it receives for its services. Regular Dealer status and the amount of credit is determined on a Contract-by-Contract basis. Regular Dealer DBE firms, including UDBEs must be approved before being used on a project. The WSDOT Approved Regular Dealer list published on WSDOT's Office of Equal Opportunity (OEO) web site must include the specific CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-34 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 project for which approval is being requested. The Regular Dealer must submit the Regular Dealer Status Request form a minimum of five days prior to being utilized on the specific project. Purchase of materials or supplies from a DBE which is neither a manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, can count as DBE participation provided the fees are not excessive as compared with fees customarily allowed for similar services. Documentation will be required to support the fee/commission charged by the DBE. The cost of the materials and supplies themselves cannot be counted toward as DBE participation. Note: Requests to be listed as a Regular Dealer will only be processed if the requesting firm is a material supplier certified by the Office of Minority and Women's Business Enterprises in a NAICS code that falls within the 42XXXX NAICS Wholesale code section. Procedures between Award and Execution After Award and prior to Execution, the Contractor shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder's Proposal bond or deposit. 1. A list of all firms who submitted a bid or quote in attempt to participate in this project whether they were successful or not. Include the business name and mailing address. Note: The firms identified by the Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three-years. Procedures after Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a DBE that is determined to be performing a CUF. Payment must be commensurate with the work actually performed by the DBE. This applies to all DBEs performing Work on a project, whether or not the DBEs are COA, if the Contractor wants to receive credit for their participation. The Engineer will conduct CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a CtJF when it is carrying out its responsibilities of its contract by actually performing, managing, and supervising the Work involved. The DBE must be responsible for negotiating price; determining quality and quantity; ordering the material, installing (where applicable); and paying for the material itself. If a DBE does not perform "all" of these functions on a furnish-and-install contract, it has not performed a CUF and the cost of materials cannot be counted toward UDBE COA Goal. Leasing of equipment from a leasing company is allowed. However, leasing/purchasing equipment from the Contractor is not allowed. Lease agreements shall be readily available for review by the Engineer. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-35 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 In order for a DBE traffic control company to be considered to be performing a CUF, the DBE must be in control of its work inclusive of supervision. The DBE shall employ a Traffic Control Supervisor who is directly involved in the management and supervision of the traffic control employees and services. The DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which the funds are passed in order to obtain the appearance of DBE participation. The following are some of the factors that the Engineer will use in determining whether a DBE trucking company is performing a CUF: • The DBE shall be responsible for the management and supervision of the entire trucking operation for which it is responsible on the contract. The owner demonstrates business related knowledge, shows up on site and is determined to be actively running the business. • The DBE shall with its own workforce, operate at least one fully licensed, insured, and operational truck used on the Contract. The drivers of the trucks owned and leased by the DBE must be exclusively employed by the DBE and reflected on the DBE's payroll. • Lease agreements for trucks shall indicate that the DBE has exclusive use of and control over the truck(s). This does not preclude the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE absolute priority for use of the leased truck. Leased trucks shall display the name and identification number of the DBE. Joint Checking A joint check is a check between a Subcontractor and the Contractor to the supplier of materials/supplies. The check is issued by the Contractor as payer to the Subcontractor and the material supplier jointly for items to be incorporated into the project. The DBE must release the check to the supplier, while the Contractor acts solely as the guarantor. A joint check agreement must be approved by the Engineer and requested by the DBE involved using the DBE Joint Check Request Form (form # 272-053) prior to its use. The form must accompany the DBE Joint Check Agreement between the parties involved, including the conditions of the arrangement and expected use of the joint checks. The approval to use joint checks and the use will be closely monitored by the Engineer. To receive DBE credit for performing a CUF with respect to obtaining materials and supplies, a DBE must "be responsible for negotiating price, determining quality and quantity, ordering the material, installing and paying for the material itself." The Contractor shall submit DBE Joint Check Request Form for the Engineer approval prior to using a joint check. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-36 PROJECT#202 and 2161 RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Material costs paid by the Contractor directly to the material supplier are not allowed. If proper procedures are not followed or the Engineer determines that the arrangement results in lack of independence for the DBE involved, no DBE credit will be given for the DBE's participation as it relates to the material cost. Prompt Payment Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. Prompt payment requirements apply to progress payments as well as return of retainage. Reporting The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to perform work on the project, shall maintain appropriate records that will enable the Engineer to verify DBE participation throughout the life of the project. Refer to Section 1-08.1 for additional reporting requirements associated with this contract. Decertification When a DBE is "decertified" from the DBE program during the course of the Contract, the participation of that DBE shall continue to count as DBE participation as long as the subcontract with the DBE was executed prior to the decertification notice. The Contractor is obligated to substitute when a DBE does not have an executed subcontract agreement at the time of decertification. Consequences of Non-Compliance Each contract with a Contractor (and each subcontract the Contractor signs with a Subcontractor) must include the following assurance clause: The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the Contractor from future bidding as non-responsible- Payment Compensation for all costs involved with complying with the conditions of this Specification and any other associated DBE requirements is included in payment for the associated Contract items of Work, except otherwise provided in the Specifications. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM— ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-37 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 (June 1, 2017 WSDOT GSP, OPTION 6) Supplement this section with the following: Small Business Enterprise Participation The Small Business Enterprise (SBE) Program is an element of the Disadvantaged Business Enterprise (DBE) Program in accordance with the requirements of 49 CFR Part 26.39. As such, the requirements of this contract establish affirmative efforts to utilize SBE certified firms on construction projects. No preference will be included in the evaluation of Bids/Proposals. No minimum level of SBE participation shall be required as a Condition of Award and Bids/Proposals may not be rejected or considered non-responsive on that basis. Voluntary SBE Goals A voluntary goal amount of ten percent of the Contract bid amount is established. The goal is voluntary, but achievement of the goal is encouraged. No preference will be included in the evaluation of bids/proposals. Bidders may contact the Washington State Office of Minority and Women's Business Enterprises (OMWBE) at 360-664-9750 or visit www.omwbe.wa.gov to obtain information on certified SBE firms. Required SBE Participation Plan The Contractor shall submit a SBE Participation Plan prior to commencing contract work. Although the goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not. For SBE Participation Plan Drafting Guidelines, please visit: www.wsdot.wa.gov/equalopportunity Prompt Payment Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. Prompt payment requirements apply to progress payments as well as return of retainage. Required SBE Reporting The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to perform work on the project, shall maintain appropriate records that will enable the Engineer to verify DBE participation throughout the life of the project. Refer to Section 1-08.1 for additional reporting requirements associated with this contract. Definitions Regardless of race or gender, a SBE is one certified by OMWBE as such, where the firm's: Three year averaged gross receipts are less than $22.41 million dollars, with smaller industry standards applicable • Is at least 51% owned and controlled by an individual or individuals with a personal net worth less than $1.32 million dollars A Micro Small Business Enterprise is a firm certified as an SBE with average gross receipts for three years less than one million dollars CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-38 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 1-07.12 Federal Agency Inspection (January 25, 2016 WSDOT GSP) Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this Contract require that the Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to the Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13(4) Repair of Damage (August 6, 2001 WSDOT GSP) Section 1-07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1-07.16 Protection and Restoration of Property 1-07.16(2) Vegetation Protection and Restoration (August 2, 2010 WSDOT GSP Section 1-07.16(2) is supplemented with the following: Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of 1 foot radius for each inch of trunk diameter at breast height. Vegetation and soil protection zones for shrubs shall extend out from the stems at ground level to twice the radius of the shrub. Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass the diameter of the plant as measured from the outer edge of the plant. 1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP, OPTION 1) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-39 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. UTILITY CONTACTS Puget Sound Energy Century Link Attn: Jason Airey Attn: Leslie Ferguson 3130 S 38th St 7850 S Trafton St. Bldg B Tacoma, WA 98409 Tacoma, WA 98409 Telephone: (206) 348-9637 Telephone: (206) 733-8862 Lakehaven Water& Sewer District Comcast Attn: Wes Hill Attn: Jerry Steele 31627 1St Avenue S 410 Valley Ave NW, Suite 12-C Federal Way, WA 98003 Puyallup, WA 98371 Telephone: (253)946-5440 Telephone: (253) 288-7532 King County Traffic Operations AT&T Attn: Mark Parrett Attn: Daniel McGeough 155 Monroe Ave NE 11241 Willows Rd NE, #130 Renton, WA 98056 Redmond, WA 98052 Telephone: (206) 296-8153 Telephone: (425) 896-9830 Zayo City of FW IT Dept (City Fiber) Attn: Scott Morrison Attn: Thomas Fichtner 22651 83rd Ave S 33325 8th Ave S Kent, WA 98032 Federal Way, WA 98003 Telephone: (206) 832-4862 Telephone: (253) 835-2547 ADDITIONAL CONTACTS King County METRO Transit South King Fire & Rescue 81270 6th Ave S, Bldg 2 31617 1 st Ave S Seattle, WA 98134 Federal Way, WA 98003 Telephone: (206) 684-2785 Telephone: (253) 946-7253 City of Federal Way Police Federal Way School District 33325 8th Ave S Attn: Transportation Department Federal Way, WA 98003 1211 S. 332nd St Telephone: (253) 835-6701 Federal Way, WA 98003 (for officer traffic control scheduling) Telephone: (253) 945-5960 Telephone: (253) 835-6767 (for traffic/ road closure issues) 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016 APWA GSP) CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-40 PROJECT#202 and 2161 RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 1-07.18{1] General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims- made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-41 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: • The Contracting Agency and its officers, elected officials, employees, agents, and volunteers. • The consultant that completed the preparation of the engineering design and project plans, and its officers, employees, agents, and subconsultants. • Consultants hired by the Contracting Agency for design, construction support, or materials testing. The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4)Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-42 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements- actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offense $1,000,000 Stop Gap / Employers' Liability each Accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-43 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18(5)D Excess or Umbrella Liability (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance. All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1.07.18(5)J Pollution Liability (January 4, 2016 APWA GSP) The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following: 1. Contractor's operations related to this project. 2. Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. Such Pollution Liability policy shall provide the following minimum limits: $1,000,000 each loss and annual aggregate 1-07.23 Public Convenience and Safety 1-07.23{1) Construction under Traffic (January 2, 2012 WSDOT GSP, OPTION 2) Section 1-07.23(1) is supplemented with the following: Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-44 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Distance From Posted Speed Traveled Way Feet 35 mph or less 10* 40 mph 15 45 to 55 mph 20 60 mph or greater 30 *or 2-feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance (January 5, 2015 WSDOT GSP, OPTION 5) Section 1-07.23(1) is supplemented with the following: Lane closures are subject to the following restrictions: ® Only one lane of traffic may be closed to traffic between the hours of 8:OOAM and 3:30PM. Approval to close both one northbound and one southbound, or one eastbound and one westbound lane at the same time will require prior approval by the Project Engineer. Left turns may be restricted (by the Contractor) within the project limits at the discretion of the Project Engineer. Closure of one lane at a time may occur between the hours of 8AM to 3:30PM. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-45 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 • If a lane closure is required, at least one lane of traffic (alternating directions /flagger controlled) shall be maintained at all times. ® Unless otherwise approved or shown on plans, the Contractor shall maintain two-way traffic during construction. The Contractor shall maintain continuous two-way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two-way traffic to allow one-way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A momentary interruption shall be defined as a period of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. • Working at night (8pm to 7am weekdays, 8pm to 9am weekends & holidays) is required for loop detector installation as shown on the contract plans. It shall be the Contractor's responsibility to obtain any required noise variance or exemption for such work. • For approved night work, the Contractor shall, at no additional cost to the City, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150-watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from or shielded from residences and oncoming traffic. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. • The Contractor shall keep all pedestrian routes & access points (including, but not limited to, sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan. An ADA accessible route must be provided through the project site at all times. • Pedestrians must have access to pedestrian push buttons at all times. • The Contractor shall provide flaggers, signs, and other traffic control devices. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. • All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs, if placed earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists • The Contractor shall be responsible for notifying all affected property owners and tenants prior to commencing the barricading of streets, CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-46 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 alleys, sidewalks and driveways. Notifications should be at least 48 hours in advance of closures, if possible. ® The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. • Lane closures shall not impact business accesses. All business accesses will remain open during business hours. Lane closures shall not restrict vehicular access for buses through the project site. Bus stops shall remain ADA accessible to pedestrians at all times throughout the project If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and 4. Before 7:00 AM on the day after the holiday or holiday weekend. 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-47 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer, and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM — ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-48 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Add the following new section: Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon two working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non-working day for the week will be charged as a working day. 5. if Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-49 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 1-08.1 Subcontracting (May 30, 2019 APWA GSP, OPTION A) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-aid Projects (Form 420-004). The ninth paragraph, beginning with "On all projects, ..." is revised to read: The Contractor shall certify to the actual amount received from the Contracting Agency and amounts paid to all firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This includes all Disadvantaged, Minority, Small, Veteran or Women's Business Enterprise firms. This Certification shall be submitted to the Engineer on a monthly basis each month between Execution of the Contract and Physical Completion of the Contract using the application available at: https://wsdot.diversitycompliance.com. A monthly report shall be submitted for every month between Execution of the Contract and Physical Completion regardless of whether payments were made or work occurred. 1-08.3 Progress Schedule 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-50 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (March 13, 1995 WSDOT GSP, OPTION 7) Section 1-08.5 is supplemented with the following: This project shall be physically complete within 6-9-100-working days. (November 30, 2018 APWA GSP, OPTION A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift_is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as_a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-51 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 a. Certified Payrolls (per Section 1-07.3{5y. b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. 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 Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-0.7.24 1-08.6 Suspension of Work (January 2, 2018 WSDOT GSP, OPTION 2) Section 1-08.6 is supplemented with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 21 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for the critical materials. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicates the materials procurement are critical activities, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 21 calendar days, then contract time shall be suspended upon physical completion of all critical work except that work dependent upon the listed critical materials: • Hybrid RadarNideo Detection Cameras and associated equipment • Video Camera Detector and associated equipment ■ Electrical Service Cabinet Charging of contract time will resume upon delivery of the critical materials to the Contractor or 120 calendar days after execution by the Contracting Agency, whichever occurs first. 1-08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-52 PROJECT#202 and 2161 RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) General Requirements for Weighing Equipment (July 23, 2015 APWA GSP, OPTION 2) Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily Report, unless the printed ticket contains the same information that is on the Scaleman's Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the piJnted ticket. 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks — At the Engineer's discretion the Engineer may erform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.7 Mobilization Supplement this section with the following: Mobilization for Bid Schedule A and Bid Schedule B will be paid separately per Standard Specification Section 1-09.7. 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-53 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.9(1) Retains e (June 27, 2011 WSDOT GSP, OPTION 1) Section 1-09.9(1) content and title is deleted and replaced with the following: Vacant 1-09.11 Disputes and Claims CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM–ITS IMPROVEMENTS– CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-54 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 1-09.11(3) Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claim Resolution 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (November 30, 2018 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General 1-10.2 Traffic Control Management 1-10.2(1) General (January 3, 2017 WSDOT GSP, OPTION 1) CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-55 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Section 1-10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.3 Traffic Control Labor, Procedures and Devices 1-10.4 Measurement 1-10.3(1)D Off-Duty Uniformed Police Officer NEW SECTION The Contractor shall arrange for off-duty uniformed police officers to be present when traffic signals are to be taken out of service. Contractor shall coordinate and obtain approval for the use of off-duty police officers with the Engineer. Off-duty police officers will be scheduled a minimum of four (4) hours for any shift worked. Two officers will be required per intersection and any given time. The off-duty police officer shall be in addition to all other personnel required for traffic control. The off-duty uniformed police officers hours, as stated in the proposal are the city's estimate, without knowledge of the contractor's specific method of operation and has been presented for the purpose of providing a common amount for all bidders. Contractor is responsible for the properly scheduling of off-duty officers. Contractor shall provide a minimum 48-hour notice to schedule officers when possible. Contractor shall be responsible for any charges assessed due to insufficient time in canceling off-duty officers, except in situations outside of the Contractor's control. Below is a list of optional resources for securing off-duty officers: Off-duty Officer resource list CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-56 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Federal Way Police Department: Contact:(253)835-6701 or (253) 835-6700 King County Sheriff's Officers: Contact (206) 957-0935 ext 1 Washington State Patrol Officers: Contact (425)401-7788 1-10.4(2) Item Bids with Lump Sum for Incidentals (August Z 2004 WSDOT GSP) SUPPLEMENT this Section with the following: "Off-Duty Uniformed Police Officer" "Off-Duty Uniformed Police Officer"will be measured by the hour with a minimum 4-hour shift per officer. Contractor is responsible for timely scheduling and cancelations per the respective police office resource office. Any charges resulting in non-compliance with the resource office's guidelines will be at the contractor's cost, unless circumstances outside of the contractor's control have occurred. 1-10.5 Payment 1-10.5(2) Item Bids with Lump Sum for Incidentals SUPPLEMENT pay item with the following: "Off-Duty Uniformed Police Officer", per hour Payment for"Off-Duty Police Officer" shall be full compensation for hours spent on site by the officer (at 4-hour minimum) and any vehicle and administrative charges assessed. END OF DIVISION 1 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-57 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 DIVISION 2 EARTHWORK 2-01 CLEARING. GRUBBING, ANIS ROADSIDE CLEANUP" 2-01.1 Description Section 2-01.1 is supplemented with the following: Clearing and grubbing on this project shall be performed within the following limits: Limits for clearing & grubbing shall be as shown on the plans. Clearing shall include removal of vegetation as noted on the plans or as directed by the Engineer to accommodate the improvements. Vegetation removal shall include mowing and/or removal to a depth sufficient to complete installation of ITS and communications equipment. 2-01.3 Construction Requirements 2-01.3(4) Roadside Cleanup (January 5, 1998 WSDOT GSP, OPTION 1) Section 2-01.3(4) is supplemented with the following: The Contractor shall restore, repair or correct all portions of the roadside or adjacent landscapes that were unavoidably damaged due to the performance or installation of the specified work. Unavoidable damage shall be determined only by the Engineer. All materials utilized shall be in accordance with Sections 9-14 and 9-15 and other applicable sections of the Standard Specifications or Special Provisions, whichever may apply. All work shall be performed in accordance with Sections 8-02 and 8-03 and other applicable sections of the Standard Specifications. The Contractor shall review the work with the Engineer and receive approval to proceed prior to commencing the work. END OF DIVISION 2 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM- ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-58 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-02 ROADSIDE RESTORATION 8-02.3 Construction Requirements 8-02.307) Protection of Private Property and Property Restoration (April 12, 2018 CFW GSP) - Section 8-02.3(17) is a new section: Property Restoration shall consist of fine grading and restoration of adjacent landscaped areas; adjustment and/or replacement of private irrigation systems; slope restoration behind sidewalks; timber edgings; installing and replacing private wood and chain link fencing; and other work not currently identified on the plans, as directed by the Engineer. The Contractor is specifically reminded that any unnecessary damage caused by construction activities will be repaired at the Contractor's expense. Restore all disturbed areas to original condition or better. Grass areas shall be restored with hydroseed where directed. Removal of tree roots outside the limits of construction, as directed by the Engineer and under the supervision of a certified arborist, shall be paid for under "Property Restoration". Topsoil shall be Type A and mulch shall be Bark or Wood Chip Mulch, per these Special Provisions. All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting and 9-15 Irrigation System of the Standard Specifications. The force account provided for property restoration also includes any adjustments and/or replacements of existing irrigation systems not covered under Section 8-03 Irrigation Systems of the Special Provisions. This work shall also consist of modifying existing landscape lighting systems as may become necessary by these improvements. The Contractor is advised that protecting existing private irrigation and lighting systems from damage does not constitute a basis for claim or extra work. 8-02.4 Measurement (April 12, 2018 CFW GSP) Section 8-02.4 is supplemented with the following: "Property Restoration" will be paid by force account and must be approved by the engineer prior to completing the work. 8-02.5 Payment (April 12, 2018 CFW GSP) CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-59 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Section 8-02.5 is supplemented with the following: "Property Restoration" per force account. 8-20 ILLUMINATION TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description 8-20.1(1) Regulations and Cade (March 13, 2012 CFW GSP) Section 8-20.1(1) is supplemented with the following: Where applicable, materials shall conform to the latest requirements of Puget Sound Energy and the Washington State Department of Labor and Industries. 8-20.1(2) Industry Codes and Standards (March 13, 2012 CFW GSP) The following is added at the end of the first paragraph of this section: National Electrical Safety Code (NESC) Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855-1331. 8-20.1(3) Permitting and Inspections (April 12, 2018 CFW GSP) Section 8-20.1(3) is supplemented with the following: The Contractor shall be responsible for obtaining all required electrical permits, including all required City electrical permits. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. 8-20.2 Materials Section 8-20.2 is supplemented with the following: (March 13, 2012 CFW GSP) Control density fill shall meet the requirements of Washington Aggregates and Concrete Association. Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances (Section 9-03.1(5)A of the Standard Specifications). 8-20.2(l) Equipment List And Drawings (January 26, 2012 CFW GSP) The first paragraph is deleted and replaced with the following: Within one (1) week following the pre-construction conference, the Contractor shall submit to the Engineer a completed "Request for Approval of Materials" that describes the material proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information shall be submitted for signal, Safe City Cameras and related equipment (Pan-Tilt-Zoom, Fisheye, Bullet and License Plate Reader), electrical and luminaire equipment, all wire, conduit, junction boxes, and all other items to be used on the project. Approvals by the Engineer must be received before material will be allowed on the job site. Materials not approved will not be permitted on the job site. 8-20.3 Construction Requirements CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM— ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-60 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 8-20.3(11 General (February 11, 2013 WSDOT NWR GSP, OPTION 1) Section 8-20.3(1) is supplemented with the following: Fiber Optic Cable Installation When installing new fiber optic cable or reinstalling existing fiber optic cable into new or existing cable vaults or pull boxes, the installation method shall ensure that the cable is free of dirt and debris as it enters the conduit and that no dirt or debris enters the conduit receiving the cable prior to the conduit being plugged or sealed. When installing fiber optic cable, the installation method shall prevent the fiber cable from direct contact with the ground or pavement between pulls or prior to the installation of the fiber cable into the conduit. (May 15, 2000 WSDOT NWR GSP, OPTION 2) Section 8-20.3(1) is supplemented with the following: Energized Equipment Work shall be coordinated so that electrical equipment, with the exception of the service cabinet, is energized within 72 hours of installation. (October 31, 2005 WSDOT NWR GSP, OPTION 5) Section 8-20.3(1) is supplemented with the following: Construction Core Installation The Contractor shall coordinate installation of construction cores with Contracting Agency maintenance staff through the Engineer. The Contractor shall provide written notice to the Engineer, a minimum of seven working days in advance of proposed installation. The Contractor shall advise the Engineer in writing when construction cores are ready to be removed. (May 15, 2000 WSDOT NWR GSP, OPTION 6) Section 8-20.3(1) is supplemented with the following: Electrical Equipment Removals Removals associated with the electrical system shall not be stockpiled within the job site without the Engineer's approval. (January 26, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Contractor Owned Removals All removals associated with an electrical system, which are not designated to remain the property of the Contracting Agency, shall become the property of the Contractor and shall be removed from the project. The Contractor shall: Remove all wires for discontinued circuits from the conduit system or as directed by the Engineer. Remove elbow sections of abandoned conduit entering junction boxes or as directed by the Engineer. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-61 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 Abandoned conduit encountered during excavation shall be removed to the nearest outlets or as directed by the Engineer. Remove foundations entirely, unless the Plans state otherwise. Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Section 2-09.3(1)E. (November 14, 2014 CFW GSP) Section 8-20.3(1) is supplemented with the following: Delivery of Removed Items The Engineer shall decide the ownership of all salvaged signal materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall become the property of the Contractor, except the existing controller cabinet and all its contents shall remain as property of the City. Removed signal and electrical equipment which remains the property of the City shall be delivered to: King County Signal Shop Attn: Mark Parrett 155 Monroe Avenue NE Renton, Washington 98056 Phone: 206-396-3763 Forty eight (48) working hours advance notice shall be communicated to both the Engineer and the Signal Technician at the address listed above. Delivery shall occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material will not be accepted without the required advance notice. The Contractor shall be responsible for unloading the equipment where directed by the Engineer or Signal Tech at the delivery site. Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's satisfaction at no cost to the City. Section 8-20.3(1) is supplemented with the following: The Contractor shall remove and relocate existing video detection cameras for re-use on other parts of the project as shown in the Plans. The following table regarding detection quantities is approximate and is provided for the Contractor's reference only: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-62 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 00 I _ _ _ _ _ I O� ll� qA �N r O l0 OJ ISI Ips f*.7 PJ N N --I -i 0 � � Z !n In In In In w (/� to In In C�£{ �ln N In [n N In In In In In 0 0 0 0 0 0 0 Vt 0 � CIO0 ra r r r r r r o 0 0 0 0 0 o Vo o O ry .a> lit W N r O lD 00 �I Ql U't A W rD m " Nm X M rt ., it Ir Ir W ( Iw 'N Ir ID D o .. l m < z v ro om 3 0 0 Ir r Iw Ir Ir Iv Ir IN r iN Iw 'w _� m m- rD 7 0 m x r 0 p n — d .moi 5r Ir fJ w IN N IN N fr dr an d rD m 0 fD 0 in cn a - ao rn 0 d W r N r N 3 � C— n N rD < A os 3 C) W ® . __, _ 0o � o r r Ir Ir Ir m STT 0 � 3 N O_ O I O I _ IV r1 � 2 m � m 0 IN .r w Ir Ir .r N N N Ir la IN Ir iF. Iw .A 3 rD �lIIL`r d 0 a I� N C � � 3 l0 � c I s Q D n I a X a = v °— O r r r r r rlrlrlrlr r r -D ^ ; Rq P - »} 2a / Ln1 /Ln / / ) y ) aL, q� o / $ G / \ ( q \ ± a \ / \ ta \ 4/ Q k \ m n / - 2 m kn, 2 m 0 r [ . t � o n � � \ CI � q / 0 rb 0 0 § 4 & N » g % [ � [ - a2 - & \ n £ � I N & . » | 2Ei g [ )ID � . \ ° ` . n k \ ® _ m y n0 7 IN | ( E ; z \ � f � 0 o CL co e & « 4&4 � a \ \ @ . E n ƒm » _ » w » iiiw � wwaww | § , E / 20 m 7 2 ulQ m _ » � nv � � » e » eeaw » ee » eaw w\r 0 / ( (\ m m n m k � � K) 0 ( � � � > w% » & 6 * w w > » � 7 CL n k 00 / � $ ■ o o q / kk P m r o . 7 xm � D » » w » AE - © co � � 6m@m _ w � ■ . \ , 2 8-20.3_ is supplemented with the following: The Contractor shall construct the improvements in segments based on the following listprioritized from hi hest pdority to lowest priority. Tile Contractor shall complete all work associated with one segment, of higher priority, prior to constructing improvements associated with the next segment, of lower priority. 1._ S 320th St, from S 320th St & 11 th PIs S to S Peasley Canyon Rd & S 321st St (11 intersections — Pian Sheets ITS1, ITS2, ITS3, ITS4, ITS5, ITS6 ITS 11, ITS 12, ITS 13, ITS 15, and ITS 16). 2. S 348th St, from SR 99 & S 348th St to SR 18 & I-5 SB (3 intersections— Plan Sheets ITS28, ITS34, and ITS41). 3. SR 99, from SR 99 & S 276th St to SR 99 & S 356th St, including S 312tI St & 14th Ave S (15 intersections— Plan Sheets ITS7 ITS8 ITS9 ITS10 iTS26 ITS27, ITS29 ITS30, ITS31 ITS32 ITS47, ITS48 ITS49 ITS50 and ITS51). 4. Enchanted Pkwy SSR 161 /16th Ave S from S 344th St & 16th Ave S to Enchanted Pkwy S (SR 161) & 19th Way S (6 intersections— Plan Sheets ITS35, ITS36, ITS37, ITS42, ITS43, and ITS4). 5. Dash Pt Rd (SR 509), from Dash Pt Rd & 11th PI S to Dash Pt Rd & 16th Ave S (2 intersections— Plan Sheets ITS45 and ITS46), 6. S 288th St, from S 288th St & 18th Ave S to Militwy Rd S & S 288th St 2 intersections— Plan Sheets ITS52 and ITS56). 7. Military Rd S from Military Rd S & S Star Lake Rd to Military Rd S & 31 st Ave S, including S 304th St & 28th Ave S (4 intersections- Plan Sheets ITS53, ITS54, ITS55, and ITS57), (December 17, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Fiber Optic Cable Service Outage Duration & Notification The maximum allowable interruption to the operation of the existing fiber optic cable service is three days, including testing. Outages of fiber optic cable may affect multiple parties, including but not limited to, the City, King County, and/or WSDOT. Proposed outage dates shall be reviewed and approved by the City. The City shall coordinate the outage with WSDOT. The Contractor shall coordinate the outage with King County Metro and King County Traffic at least two (2) weeks in advance of the proposed outage. The notification shall include description of work, location, duration of outage including start and ending date/time and emergency contact information. Notification in writing shall be sent to the following: Owen Kehoe King County Metro Phone: 206-477-5811 Email: owen.kehoe@kingcounty.gov Jeffery Barnett King County Metro Phone: 206-263-7826 Email: Jeffery.Barnett@kingcounty.gov King County Signal Shop CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-65 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Attn: Mark Parrett 155 Monroe Avenue NE Renton, Washington 98056 Phone: 206-396-3763 8-20.3(2) Excavating and Backfilling (January 8, 2013 CFW GSP) Section 8-20.3(2) is supplemented with the following: The Contractor shall supply all trenching necessary for the complete and proper installation of the traffic signal system, interconnect conduit and wiring, and illumination system. Trenching shall conform to the following: 1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. The existing pavement shall be removed in an approved manner. The trench bottom shall be graded to provide a uniform grade. 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches cover over conduits and shall be backfilled with 21 inches of controlled density fill, vibrated in place, followed by either 3 inches minimum of HMA Cl 1/2" PG 58 -22 , or a surface matching the existing pavement section, whichever is greatest. The asphalt concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS-1) or approved equal immediately before resurfacing, applied to the entire edge and full depth of the pavement cut. Immediately after compacting the new asphalt surface to conform to the adjacent paved surface, all joints between new and original pavement shall be filled with joint sealant meeting the requirements of Section 9-04.2. 3. Trenches for Schedule 40 PVC conduits to be located under existing sidewalks shall be installed to conform with the City of Federal Way Luminaire Electrical Trench Detail. Such trenches shall be backfilled with bedding material two inches (2") above and below the conduit, with the remaining depth of trench backfilled with native material. If the Engineer determines that the native material is unsuitable, Gravel Borrow shall be used. Sidewalks and driveways shall be removed and replaced as specified. 4. Trenches for Schedule 40 PVC conduits to be located within the right-of- way and outside the traveled way shall have a minimum of twenty-four inches (24") cover over conduits. Such trenches shall be backfilled with bedding material two inches (2") above and below the conduit, with the remaining depth of trench backfilled with bank run gravel unless the Engineer determines that spoils from the trench excavation are suitable for backfill. 5. When trenches are not to be placed under sidewalks or driveways, the backfill shall match the elevation of the surrounding ground, including a matching depth of top soil, mulch and/or sod if necessary to restore the trench area to its prior condition. 6. Contractor shall use joint trench where possible. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM— ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-66 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit in any way. The backfill shall be thoroughly mechanically tamped in eight-inch (8") layers with each layer compacted to ninety-five percent (95%) of maximum density in traveled ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture content. Bank run gravel for backfill shall conform to Section 2.01 of the Standard Specifications. Bedding material shall conform to Section 2.01 of the Standard Specifications. All trenches shall be properly signed and/or barricaded to prevent injury to the public. All traffic control devices to be installed or maintained in accordance with Part VI of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as specified elsewhere in these Specifications. Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. (April 1Z 2018 CFW GSP) Section 8-20.3(2) is supplemented with the following: Underground utilities of record are shown on the construction plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, when shown on the plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the plans. The Contractor shall be responsible for potholing for conflicts with underground utility locations prior to determining exact locations of signal and luminaire pole foundations, underground vaults and directional boring operations. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-67 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: 1. Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench. 2. If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. 3. If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8-20.3(4) Foundations (December 18, 2009 CFW GSP) Section 8-20.3(4) is supplemented with the following: Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. Pole foundations within the sidewalk area shall be constructed in a single pour to the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in a separate pour. Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot by 4-inch-thick cement concrete pad set flush with the adjacent ground. Where the pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the pad shall be flush with the sidewalk. A construction joint shall be provided between the two units. The foundation for the controller and service cabinets shall conform to the detail on the Plans. Conduits shall be centered horizontally except service conduit, which shall be placed at the side of the power panel. Foundations for Type I traffic signal poles shall conform to Standard Plan J- 21.10-01. Foundations for Type II and Type III traffic signal poles shall conform to details on the Signal Standard Sheet in the Plans. Foundations for streetlight poles shall conform to City of Federal Way Drawing Number 3-39 except that foundation depth shall be as noted on the Illumination Pole Schedule. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-68 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Foundations for the decorative streetlight poles shall conform to City of Federal Way Drawing Number 3-43 except that foundation depth shall be as noted on the Illumination Pole Schedule. 8-20.3(4A) Controller Foundations (November 5, 2012 CFW GSP) Section 8-20.3(4)A is a new section: The controller foundation shall conform to the City of Federal Way's Drawing No. 3-45B and 3-45C included in the Appendix of these Specifications. Additionally, the pad mount shall conform to the following: 1. The concrete pedestal height shall be 20 inches. 2. The spare two-inch conduit shall run to the nearest junction box, unless placement of such would exceed the junction box capacity in which case the spare two-inch conduit shall run to the next nearest junction box. 3. Conduits shall be centered horizontally except service conduit which shall be placed at the side of the power panel. 4. Pedestal shall be tapered from top to bottom at 1:10 on all four sides. 5. Unit shall be mounted on a cement concrete pad per Plan Details. 6. Conduits shall be placed in the front 1/3 of the foundation. Foundations constructed with conduits located within the three (3) inch cabinet mounting flange shall be removed and reconstructed. Modification of the three (3) inch cabinet mounting flange will not be accepted. The service cabinet foundation shall also be constructed on the larger cement concrete pad noted on the Plans and shall conform to the City of Federal Way's Drawing No. 3-45 included in the Appendix of these Specifications. 8-20.3(5) Conduit 8-20.3(5)A General (March 16, 2011 CFW GSP) Section 8-20.3(5) is supplemented with the following: All conduit trenches shall be straight and as narrow in width as is practical to provide a minimum of pavement disturbance. When conduit risers are installed, they shall be attached to the pole every 4 feet and shall be equipped with weather heads. Conduit for the service wires between the Puget Sound Energy pole and the service panel and all above ground conduit shall be hot-dip galvanized rigid steel. All conduits shall be clearly labeled at each junction box, handhole, vault or other utility appurtenance. Labeling shall be permanent and shall consist of the owner/type name and a unique conduit number or color. The owner name shall be approved by the Engineer prior to starting work. The recommended owner/type abbreviations are: PSE— Puget Sound Energy QWEST—Qwest COMCAST(AT&T)/C —Cable CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-69 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 COMCAST(AT&T)/F - Fiber SIC- City Signal Interconnect City Spare- City spares Cobra- COBRA luminaire system Traffic signal interconnect shall be placed, wherever feasible, in the joint utility trench being constructed under this contract (if applicable). This work shall be coordinated with the other utilities to ensure a 2" minimum conduit is provided solely for the traffic signal interconnect. Conduit size shall be verified with City Traffic Engineer prior to installation. 8-20.3(5)A1 Fiber Optic Conduit (June 24, 2013 WSDOT NWR- OPTION 1) Section 8-20.3(5)A1 is supplemented with the following: When multiple conduits are installed in the same trench, one location wire shall be placed between conduits. When multiple conduits are installed in the same boring, one locate wire is required for the conduit bundle. Location wire routed into pull boxes or cable vaults shall be attached to the "C" channel or the cover hinge bracket with stainless steel bolts and straps. A 1-foot loop of locate wire shall be provided above the channel as shown in the Plans. 8-20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit (June 24, 2013 WSDOT NWR- OPTION 1) Section 8-20.3(5)A1 is supplemented with the following: Conduit Seal Existing conduits, entering cabinets, that are scheduled to have cables added or removed shall be sealed with an approved mechanical plug or waterproof foam at both ends of the conduit run. Existing Outer duct and inner duct conduit, entering cabinets, that are scheduled to have cables added or removed shall be sealed according to this section. 8-20..3(5)6 Conduit Type (March 16, 2011 CFW GSP) Section 8-20.3(5)B is supplemented with the following: All conduits for signal cable raceways under driveways shall be rigid galvanized steel or Schedule 80 polyvinyl chloride (PVC). Whenever PVC conduit is used a ground wire shall be provided. 8-20.3(5)E3 Boring (October 16, 2006 WSDOT NWR, OPTION 1) Section 8-20.3(5)E3 is supplemented with the following: In addition to the requirements for boring with casing, the Contractor shall submit to the Engineer for approval a pit plan and a proposed method of boring that includes, but is not limited to, the following: 1) A pit plan depicting: a) Protection of traffic and pedestrians. b) The dimension of the pit. c) Shoring, bracing, struts, walers or sheet piles. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-70 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 d) Type of casing. 2) The proposed method of boring, including: a) The boring system. b) The support system. c) The support system under and at the bottom of the pit. The shoring and boring pit plan shall be prepared by and bear the seal and signature of a Washington State licensed Professional Civil Engineer. Installed casing pipe shall be free from grease, dirt, rust, moisture and any other deleterious contaminants. Commercial concrete meeting the requirements of Section 6-02.3(2)B may be used to seal the casing. 8-20.3(6) Junction Boxes Cable Vaults and Pull Boxes (March 13, 2012 CFW GSP) Section 8-20.3(6) is supplemented with the following: Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable vaults and pull boxes shall not be placed within the traveled way or shoulders. All junction boxes, cable vaults, and pull boxes placed within the traveled way or paved shoulders shall be heavy-duty. Junction boxes shall not be located within the traveled way, wheelchair ramps, or driveways, or interfere with any other previous or relocated installation. The lid of the junction box shall be flush with the surrounding area and be adequately supported by abutting pavements or soils. Junction boxes, cable vaults and pull boxes which are placed within the sidewalk shall have slip resistant lids which meet the requirements of Americans with Disabilities Act (ADA) and Public Right-of-Way Accessibility Guideline (PROWAG). Approved slip-resistance products are: 1. Mebac1 manufactured by IKG Industries. 2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 3. Saftrax TH604 Non-Skid manufactured by Thermion. All streetlight junction boxes not placed in the sidewalk shall be placed immediately adjacent to a sidewalk or curb surrounded by concrete (or asphalt if adjacent to roadway) to prevent the box from lifting out of the dirt. All streetlight junction box lids shall be welded shut after final inspection and approval by King County. Approved slip resistant surfaces shall have coefficient of friction of no less than 0.6 and have a proven track record of outdoor application which lasts for at least 10 years. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to, or installed in, their final grade and location, unless CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-71 PROJECT#202 and 216 I RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment. Wiring shall be replaced for full length if sufficient slack as specified in Section 8-20.3(8) is not maintained. No splicing will be permitted. Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard Plan J-40.10-01. Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan J-40.30-01. Junction boxes shall be inscribed based upon system per WSDOT Standard Plan J-40.30.01. Junction box lids and frames shall be grounded per Section 8-20.3(9). Junction boxes shall be located at the station and offset indicated on the Plans except that field adjustments may be made at the time of construction by the Engineer to better fit existing field conditions. Junction boxes for copper and/or fiber signal interconnect shall be placed at a maximum interval of 300 feet and shall be inscribed with "TS" as described on WSDOT Standard Plan J-40.30-01. Communications/fibers vaults shall be provided for the purpose of storing slack cabling and installing splice enclosures. The location of all communication vaults shall be as indicated on the Plans and shall be field verified by the Contractor. Communication/fibers vaults shall be configured such that the tensile and bending limitations of the fiber optic cable are not compromised. Vaults shall be configured to mechanically protect the fiber optic cable against installation force as well as inert forces after cable pulling operations. Where indicated in the Plans, new vaults shall be installed as described herein and shown in the Plans. The Contractor shall furnish and install racking hardware for cable storage in all new vaults and in all existing vaults where cable storage is identified on the plans. The Contractor shall secure and store the cable in the racking hardware per manufacturer's instruction. Fiber vaults shall be installed in accordance with the following: 1. All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shall meet the specifications of the fiber vault manufacturers. 2. Backfilling around the work shall not be allowed until the concrete or mortar has set. 3. Upon acceptance of work, fiber vaults shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation. 4. Fiber vaults shall be adjusted to final grade using risers or rings manufactured by the fiber vault and pull box manufacturer. Fiber vaults with traffic bearing lids shall be raised to final grade using ring risers to CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-72 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 raise the cover only. All voids created in and around the vault while adjusting it to grade shall be filled with grout. 5. Fiber vaults shall be installed at the approximate location shown in the Drawings. Final location to be approved by the Engineer. 6. All existing conduits will need to be open and exposed for access within the vault. Care shall be taken to identify which conduits have existing cables. All conduits will extend 2 inches within the vault walls. At the 2- inch mark the excess conduit on the existing structure will need to be removed and all cables exposed. 7. Once the conduits are located, excavate a hole large enough to install the fiber vault. The vault shall have a concrete floor as indicated on the Drawings. The floor shall be installed on 6 inches of crushed surfacing top course. If a fiber vault is installed outside a paved area, an asphalt pad shall be constructed surrounding the junction box. Ensure that the existing conduits are at a minimum of 4 inches above the top of the floor. If the existing conduits contain existing cables, the new vault will need to be bottomless to allow the existing conduit and cable to be routed into the new vault. 8-20.3(8) Wiring (March 13, 1995 WSDOT NWR, OPTION 2) Section 8-20.3(8) is supplemented with the following: Wire Splices All splices shall be made in the presence of the Engineer. (March 6, 2012 CFW GSP) Section 8-20.3(8) is supplemented with the following: Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear the circuit number and be thoroughly tested before being connected to the appropriate terminal. Circuit conductors shall be standard copper wire in all conduit runs with size specified on the Plans. Conductors from luminaire bases to the luminaire fixture shall be minimum No. 14 AWG pole and bracket cable. (March 6, 2012 CFW GSP) The following is inserted between the 3rd and 4th paragraph of this section: Loop wires will be spliced to lead in wires at the junction box with an approved mastic tape, 3-M 06147 or equal, leaving 3 feet of loose wire. Connectors will be copper and sized for the wire. Mastic splice material will be centered on the wire and folded up around both sides and joined at the top. Splice will then be worked from the center outward to the ends. The ends will be visible and fully sealed around the wire. The end of the lead-in cables shall have the sheathing removed 8 inches and shall be dressed external to the splice. The 8th paragraph of this section is deleted and replaced with the following: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-73 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 Fused quick disconnect kits shall be of the SEC type or equivalent. Underground illumination splices shall be epoxy or underground service buss/lighting connector kits. Installation shall conform to details in the Standard Plans. The following is inserted between the 11th and 12th paragraphs of this section: Field Wiring Chart (IMSA Standards) 501 +Input 506 AC+Control 511 Remote-All Red 502 AC- 507 AC+Crosswalk 512-520 Special 503 AC+Lights 508 AC+Detectors 551-562 Interconnect 504 AC+Lights 509 AC+12 Volts 593-598 Rail Road Preemption 505 AC+Lights 510 Remote-Flash Phases 1 2 3 4 5 6 7 8 A B Emergency Orange„(B+), - 581 584 587 590 .........................._.,_......._._.------------- -----._-.-...,,._-_... ,,..-_�...._.............. Vehicle Yellow (Call) 582 585 588 591 _. w...._...... _............... ....__.........._.. .�.. . Preemption Blue (BB) 583 586 589 592 _:..:........_....._. .. _......_,_4 . ... ............_......... m..m.,.. _ ._.. _.,.._.__ _...._.._. Red 611 621 631 641 651 661 671 681 691 601 ._Oran e__Y.....H......_.....__.._::.61.2...-,.._622......_632........642........652.....-662.......-672........682........692........ ._._......... 9.........,._._._..._,_....... _. _. 602 Vehicle Green 613 623 633 643 653 663 673 683 693 603 ----------- -- ------------.......,.....�................-:-... ...._. M .........._.......................... Heads Black 614 624 634 644 654 664 674 684 694 604 ------....._....... ......._..._....._, ....... ---- ._. .. ........... White 616 626 636 646 656 666 676 686 696 606 Common Red (Hand) 711 721 731 741 751 761 771 781 791 701 .... ..... ..._.._ �... - . Green (Man) 712 722 732 742 752 762 772 782 792 702 -...... ... _..... .. __. Pedestrian White (Common 716 726 736 746 756 766 776 786 796 706 Heads and for Lights) --- .... . . ....... ................... PPB Orange 714 724 734 744 754 764 774 784 794 704 (Push button) Black (Common 715 725 735 745 755 764 775 785 795 705 for Push button) Loop 1 _ 811 821 831 841 851 861 87. .... _.._ Loop 1 812 822 832 842 852 862 872 882 892 802 .......:_.................................. ., Loop 2 813 823 833 843 853 863 873 883 893 803 ........ ............._.. ...... _ . ........_ _._._ _... Vehicle Loop 2 _ 814 824 834 844 854 864 874 884 894 804 ._...,-_ __....-..... . Detectors Loop 3„ W 815 825 835 845 855 865 875 885 895 805 ..... ............................. .....� .- ._ _w ..... .... ............. Loop 3 w._. 816 826 836 846 856 866 876 886 896 806 �............ .. .. .. ...._....._......... ..._ .._ .,. . ­­­ Loo 4 _ ,817 827 m837 847 857 867 877 .... ,1.1.11,,,,.. LooP....4..........__........_ . 818 828 . �... _..................... .... .... ............ ........r�.... 11 11.... 931 T 941 ._9_51_-,_1_961.­­-.9.7.1..........9.8.1...........99,1 901 Loop 1 _ _ 912 922 932 942 952 962 972 982 992 902 �............................. ............ ......_11.__......1 .1 _ _._ Vehicle Loop 2.. .... -_� 913. ._.923. 933..943 953 963 973 9.8.3 9.9,3 903 _. .... ........ ... 9. w-- - ..... ..... .. 984 994 904 Detectors/ Loop,2 914 924 934 944 954 964 974 _ Count Loop 3 _ 915 925 935 945 955 965 975 985 995 905 ......... ......... Loops Loop 3 _ _1111 916 926 936 946 956 966 976 986 996 906 __... 1111...,. . ..�... . I................. M......_............. Loop_4.....__..-... __....W._..._.917.......927....._..937..,..x.947-----957...-967 ..................... Loop 907.... Loop 4 918 928 938 948 958 968 978 988 998 908 8-20.3(8)B Fiber Optic Cable Installation (March 14, 2012 CFW GSP) CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-74 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Section 8-20.3(8)B and all its subsections are new sections: The fiber optic cable shall be singlemode cable conforming to the requirements of Section 9-29.3(1) Fiber Optic Cable and Section 9-29.3(1)A Singlemode Fiber Optic Cable. Fiber Optic Cable shall be Corning ALTOS All-Dielectric Cable or approved equal. 8-20.3(8)61 Fiber Optic Cable Submittals Submit the product data, samples, and qualification submittals specified below in one package at the same time. The Engineer's approval of any submitted documentation shall in no way relieve the Contractor from compliance with the safety and performance requirements as specified herein. Submittals required by this item shall include, but not be limited to, the following: A. A material staging plan, should the Contractor propose City owned property as a staging area. B. detailed fiber optic installation procedure including the following: • Fiber optic cable cutting lengths reflecting the cable order and reel allocations. Cable pulling plan which shall state the exact operational procedures to be utilized and which identifies the physical locations for equipment placement, proposed equipment setup at each location, pulling tension on all cables for each pull, staffing, and the pulling methodology for each type of cable. Exact splice points as provided for herein. C. Product Data: 1. Catalog sheets, specifications and installation instructions for all products. 2. Complete manufacturer's construction details and specifications for the cables. Include for each type of cable: a. Physical and optical characteristics of the optical fibers including cable manufacturer's certified test data (attenuation, bandwidth). b. Physical characteristics of strength members, and jackets. c. Maximum pulling strain allowed. d. Crush resistance. e. Overall dimension of cable. D. Splicing and termination data, including the following: 1. List of materials. 2. Method of connecting cables. 3. Details of cable preparation. 4. Method of applying materials, including quantities. 5. Written statement from cable manufacturer that splices and terminations submitted are acceptable for use with their cable. 6. Written statement from cable manufacturer indicating recommended pulling compounds. E. Cable Installer's Qualifications Data: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-75 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 The persons installing the Work of this Section and their Supervisor shall be personally experienced in optical fiber cable systems and shall have been engaged in the installation of optical fiber cable systems for a minimum of 3 years. Qualifications shall be submitted to the Engineer at least 30 calendar days prior to the start of fiber installation for approval of qualifications. 1. The Contractor shall submit the name of each person who will be performing the Work and their employer's name, business address and telephone number. 2. The Contractor shall submit the name and addresses of 5 similar projects that the foregoing people have worked on during the past 3 years. F. Cable Splicer's Qualifications Data: Personnel that have at least three years field experience in single-mode fiber optic cable splicing shall accomplish all cable splicing. Qualifications shall be submitted to the Engineer at least 30 calendar days prior to the splicing for approval of qualifications. 1. Name of each person who will be performing the Work and their employer's name, business address and telephone number. 2. All information required showing that the experience criteria have been met. List of Completed Installations: If brand names other than those specified are proposed for use, furnish the name, address, and telephone number of at least 5 comparable installations that can prove the proposed products have operated satisfactorily for one year. 8-20.3(8)B2 Fiber Optic Cable Installation Pre-installation tests shall be conducted on the cable reels prior to installation. These tests shall be performed in accordance with EIA/TIA-455-78 for single- mode fibers using an optical time domain reflectometer (OTDR). Both ends of the cable shall be accessible for the tests, and it may be necessary to remove a portion of the protective wooden lagging on the reel. Measurements shall be made using the 1310 nm and 1550 nm wavelengths or as specifiy by the City, and shall be compared to the factory test results. Any test that reveals the material does not meet the acceptable stated factory specifications shall constitute failure. A copy of these test results shall be provided to the City. The fiber optic cable shall not be installed prior to the installation of vaults, cabinets or pull points/junction boxes. Installation procedures shall be in conformance with the procedures specified by the cable manufacturer for the specific cable being installed. The Contractor shall determine a suitable cable installation method to ensure that all cable installation requirements shall be met in all conduit sections. All work shall be carried out in accordance and consistent with the highest standards of quality and craftsmanship in the communication industry with regard to the electrical and mechanical integrity of the connections; the finished appearance of the installation; as well as the accuracy and completeness of the documentation. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-76 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 The Contractor shall make a physical survey of the project site for the purpose of establishing the exact cable routing and cutting lengths prior to the commencement of any fiber optic work or committing any fiber optic materials. Unless otherwise directed by the Engineer, underground splicing of fiber optic cable in junction boxes or vaults will not be permitted. All termination splicing will take place in the traffic signal controller cabinets. The cable shall be clearly marked with a permanent plastic tag in each junction box and vault it passes through and at each cable riser. The Contractor shall attach the cable to the racks and hooks with industry standard cable ties immediately upon entering the pull point/junction box. Each cable shall be looped and tied independently of one another. The fiber cable is to be routed in the top corners of vaults while ensuring proper bend radius. The cable is not to pass through any existing cable loop. All work areas shall be clean and orderly at the completion of work and at times required by the Engineer during the progress of work. Fiber Optic Cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. The Contractor shall comply with the cable manufacturer's specifications and recommended procedures including, but not limited to the following: 1. Installation. 2. Proper attachment to the cable strength elements for pulling during installation. 3. Bi-directional pulling. 4. Cable tensile limitations and the tension monitoring procedure. 5. Cable bending radius limitations. The Contractor shall protect the loops from tangling or kinking. At no time during the length of the project shall the cable's minimum bending radius specifications be violated. In all cable vaults and/or junction boxes designated in the plans, minimum cable slack of 15 yards shall be left by the Contractor, unless otherwise specified in the plans. The cable slack length of fiber optic cable shall be coiled and secured with tie wraps to racking hardware or as specified in the plans. The pulling eye/ sheath termination hardware on the fiber optic cables shall not be pulled over any sheave blocks. When power equipment is used to install fiber optic cabling, the pulling speed shall not exceed 30 yards per minute. The pulling tension limitation for fiber optic cables shall not be exceeded under any circumstances. Large diameter wheels, pulling sheaves and cable guides shall be used to maintain the appropriate bending radius. Tension monitoring shall be accomplished using commercial dynamometers or load-cell instruments. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-77 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Patch cords placed between pad mounted cabinets shall be protected by plastic spiral wrapping. Spiral wrap shall cover the entire length of the patch cord(s) to within 12 inches of end. The spiral wrap shall be installed before the patch cords are pulled into the conduit(s) and be rated for use in electrical installations. During installation the Contractor shall keep a log that notes the length marking on the cable at every pull point/junction box. This will help determine the exact location of problems along the cable run during the OTDR testing. The Contractor shall replace any damaged conductors or cables in occupied conduits as a result of Contractor's operations at the Contractor's cost. 8-20.3(8)B3 Fiber Optic Cable Splicing This section describes the minimum requirements for splicing and connecting of the specified fiber optic cables. Unless otherwise directed/approved by the Engineer, underground splicing of fiber optic cable in junction boxes or vaults will not be permitted. All termination splicing will take place in the traffic signal controller cabinets. If approved by the Engineer, the fiber optic network may be spliced in fiber optic splice enclosures/vaults or as shown on the Plans. The Contractor shall use the fusion method with local injection and detection for all fiber optic splicing. All splices shall be securely stored in splice trays. Generally, splices shall not be performed in vaults smaller than 3'-6" x 3'-6" x 3'-6" (444-LA). When it is determined by the Engineer that a splice is performed in a vault smaller than 444-LA vault, appropriate slack coils will be provided to allow the splice case to be removed from the vault. When splicing is required in vaults (444-LA or larger), the splice case will be affixed to the side of the vault using the unistrut rack fasteners cast into the wall of the vault. At least 2 feet (610 mm) of bare fiber shall be coiled and stored in the splice tray in a protected manner. At least 3 feet (914 mm) of each buffer tube in the fiber optic cable shall be coiled and stored in the splice enclosure or patch panel. All cables shall be properly fastened to prevent against pulling out of the splice enclosure or patch panel. All fusions shall be labeled with the fiber number using a pre-printed vinyl number tag. All splice trays shall be labeled with the range of fibers spliced in the tray. Cables at each location shall be designated with the next termination point at the other end of the cable. All splicing in fiber optic splice enclosures shall be completed using "butt splicing". The Contractor shall provide all required brackets and other racking hardware required for the fiber optic cable racking operations as specified. All fusion splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Splices shall utilize two half shells bolted together with stainless steel bolts and be fitted neoprene CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-78 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 gasket. Selected splices shall not require a re-entry kit. Cable preparation, closure installation and splicing shall be accomplished in accordance with accepted and approved industry standards. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers for fiber optic disposal, removed from the job site, and disposed of in an environmentally acceptable manner. The average splice loss of each fiber shall be 0.15 dB or less per splice. The average splice loss is defined as the summation of the attenuation as measured in both directions through the fusion splice, divided in half. No individual splice loss measured in a single direction shall exceed 0.20 dB. The Contractor shall seal all cables where the cable jacket is removed. The cable shall be sealed per the cable manufacturer's recommendation with an approved blocking material. If approved, all below ground splices shall be contained in waterproof splice enclosures. All splices shall be contained in splice trays utilizing strain relief, such as heatshrink wraps, as recommended by the splice tray manufacturer. Upon sealing the splice closure, the Contractor shall show that the closure maintains 68.4 kPa of pressure for a 24-hour period. The fiber splice enclosure shall provide for the termination and protection of the fiber optic cable within the communications/fibers vaults. The fiber splice enclosure shall be installed per manufacturer's directions. The Contractor shall provide the splice enclosures and make splices at locations shown on the Plans. The Contractor shall test all fiber optic cables, splices, and connectors as shown on the Plans and as specified in these Special Provisions. The splice enclosure shall be mounted to allow the cable to enter the enclosure without exceeding the cable manufacturer's minimum bending radius. Sufficient cable shall be coiled with the splice enclosure to allow the enclosure to be removed from the vault or aerial span for splicing. The unprotected fiber exposed for splicing within the enclosure shall be protected from mechanical damage using the fiber support tubes and shall be secured within the splice enclosure. The fibers shall be labeled with vinyl markers as directed by the City. The enclosure shall be sealed following the splicing procedure as recommended by the manufacturer to provide a moisture proof environment for the splices. Care shall be taken at the cable entry points to ensure a tight and waterproof seal is made which will not leak upon aging. The Contractor shall coil sufficient length of each cable in the communications/fibers vault that will allow the splice enclosure to be removed from the communications vault, and splices to be performed above ground in a vehicle specifically equipped for such work. Such coiled cable shall be located adjacent to the splice enclosure. Lengths of coiled cable shall be provided where CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-79 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 shown on the Plans. The splice enclosure shall be bonded to the ground as per manufacturer's recommendations. 8-20.3(8)B4 Fiber Optic Cable Terminations Fiber optic cable shall be terminated utilizing factory manufactured pigtails with LC type connectors and UPC type polishing. Pigtails shall be fusion spliced to fiber optic cable. 8-20.3(8)B5 Fiber Optic Cable Patch Panels Terminated fiber optic cable shall be installed in the signal controller cabinet utilizing patch panels. Patch panel(s) shall be Corning model Single-Panel Housing (SPH-01P) or approved equal for wall mountable locations. Patch panel(s) shall be ADC FL2000 (flush mount) (supplied by CommScope) or approved equal for rack mountable locations. Mounting location shall be as directed by the Engineer. Refer to the Plans for locations and quantities. 8-20.3(8)B6 Finer Optic Cable Labeling All fiber optic cable and patch cords shall be identified whenever entering or leaving a cabinet, vault, pull point/box or enclosure and at all terminals. Permanent plastic marking tags fastened securely to the cables shall be used for identification. Cable designation shall consistently conform to the overall scheme approved by the City to indicate location, circuit, device, cable number, terminal branch, position etc. Letters and numbers shall be used. Identification shall be made with a clear, machine produced, indelible marking. All conduits shall be numbered and documented on the site plan as-built drawings. Splice cases will be labeled at each entry point with nomenclature that includes the cable origination point, strand count, and destination. Fiber splice cases will be labeled as "F-xxxx", where xxxx = the service cabinet location number based upon a City defined coordinate system. All termination panels shall be labeled at each termination point for each fiber. Termination labels shall conform to the overall scheme approved by the City to indicate location, device and next access point. Identification shall be made with a clear, machine produced, indelible marking. 8-20.3(8)B7 Fiber Optic As-Built Records The Contractor shall provide the Engineer with a cable route diagram indicating the actual cable route and "meter marks" for all intersections, directional change points in the cable mounting, and all termination points. The Contractor shall record these points during cable installation. The Contractor shall provide Cable system "as-built" drawings showing the exact cable route to the Engineer. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-80 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 8-20.3(8)138 Fiber Optic Cable Testing The contractor is responsible for demonstrating the functionality of the installed optical fiber system through testing for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The contractor shall, at its cost, provide suitable test equipment, instruments and labor for the purpose of tests. The Contractor shall provide sufficient notice consistent with section 8-20.3(1)- Fiber Optic Service Outage Duration and Notification prior to the commencement of the first test. The Contractor shall submit with this notice a schedule of all tests covered by this notice. 8-20.3(8)B9 Type of Testing The types or acceptance testing for optical fiber cable system certification are: 1. Attenuation testing 2. Optical Time Domain Reflectometer (OTDR) testing 8-20.3[8 B10 Attenuation Testing_ Insertion loss testing shall be used to measure end-to-end attenuation on each new fiber installed between a field device and a fiber termination cabinet. Insertion loss testing shall be performed at the 1310 nanometer wavelength in both directions. Prior to commencing testing, the Contractor shall submit the manufacturer and model number of the test equipment along with certification that is has been calibrated within 6 months of the proposed test dates. The following information shall be documented for each fiber test measurement: 1. Wavelength 2. Fiber type 3. Cable, tube and fiber IDs 4. Near end and far end test locations 5. End-to-end attenuation 6. Date, time and operator 8-20.3(8)81.1 Optical Time Domain Reflectvmeter(OTDRTesting) An optical time domain retlectometer (OTDR) with recording capability shall be utilized to test the end-to-end transmission quality of each optical fiber. Quality tests shall consider both attenuation and discontinuities. The OTDR shall be equipped with 1310 nanometer and 1550 nanometer light sources for singlemode optical fibers. The OTDR shall be capable of providing electronic and hard copy records of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section or by using an ODTR with sufficient normalization to display the required cable section. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-81 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Prior to commencing testing, the Contractor shall submit the manufacturer and model number of the OTDR test unit along with certification that it has been calibrated within the 6 months of the proposed test dates. Each new mainline and lateral fiber shall be tested in both directions at the 1310 and 1550 nanometer wavelengths. Existing mainline and lateral fibers that are spliced to or re-spliced as part of this contract shall also be tested in both directions and at both wavelengths. The following information shall be documented for each fiber test measurement: 1. X-Y scatter plot for fiber length 2. Wavelength 3. Refraction index 4. Fiber type 5. Averaging time 6. Pulse width 7. Cable and fiber IDs 8. Near end and far end test locations 9. Date, time, and operator 10. Event table that includes: event ID, type, location, loss and reflection 8-20.3 8 B12 Fiber Optic Cable Testing Documentation The Contractor shall submit on hard copy and one electronic copy of the fiber test results to the Engineer for approval. The Contractor shall take corrective actions on portions of the fiber installation determined to be out of compliance with these specifications. Upon acceptance of the cable installation and test results, the Contractor shall submit three (3) hard copies and one electronic copy of the fiber test results to the Engineer. Hard copy submittals shall be bound in 3-ring binders. The electronic submittal shall be on a compact disk and include one licensed copy of the applicable OTDR reader program. The following information shall be included in each test result submittal: 1. Contract number, contract name, Contractor name and address. 2. Dates of cable manufacture, installation and testing. 3. Cable specifications. 4. Locations of all splices. 5. OTDR test results. 6. Attenuation test results. 8-2.0.3(8)B13 Racking in Fiber Vaults_ The Contractor shall rack the cable in vertical figure eight loops, which shall permit pulling slack from the vault without introducing twist to the cable. The splice closures shall also be racked. Cables shall be racked and secured with nylon ties. Nylon ties shall not be over- tightened. Identification or warning tags shall be securely attached to the cables in at least two locations in each fiber vault. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-82 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 All coiled cable shall be protected to prevent damage to the cable and fibers. Racking shall include securing cables to brackets (racking hardware) that extend from the sidewalls of the fiber vault. 8-20.3(8)B14 Documentation Documentation for each system element shall consist of the manufacturer's name and model number, serial number when available, materials and operating specifications, wiring schematic and parts list, owners manuals, factory service manuals, and procedures for factory testing and system acceptance testing specified elsewhere herein. The Contractor shall submit three (3) copies of the documentation specified above prior to installation of the cable or components described in the submittal. In addition, the Contractor shall submit three (3) copies of an overall system wiring schematic and termination chart for the installed elements (operation and maintenance manuals). All documentation for each individual element shall be neatly bound in a way for the information is secured together and is totally legible without removing the information from the binding. This documentation shall be in addition to any other data, shop drawings, etc. required to be submitted as specified in these Special Provisions. 8-20.3(8)1315 Ethernet Switches Ethernet switches shall HP Aruba 2540 24G POE+ 4SFP+ (part number JI-356A) Ethernet switches with HP Aruba 1 G SFP LC LX 10km SMF XCVR (part number J4859D) SFP modules. Refer to the Plans for locations and quantities. 8-20.3(8)G Video, Voice, and Data Distribution and Transmission System (January 26, 2012 CFW GSP) Section 8-20.3(8)C and all it's subsections are new sections: All wiring, cable, and cords associated with this equipment shall be neatly dressed and secured to the rack frames or cable trays by nylon ties. 8-20.3(8)C1 Documentation Documentation for each system element shall consist of the manufacturer's name and model number, serial number when available, materials and operating specifications, wiring schematic and parts list, owner's manuals, factory service manuals, and procedures for factory testing and system acceptance testing specified elsewhere herein. The Contractor shall submit three (3) copies of the documentation specified above prior to installation of the cable or components described in the submittal. In addition, the Contractor shall submit three (3) copies of an overall system wiring schematic and termination chart for the installed elements (operation and maintenance manuals). All documentation for each individual element shall be neatly bound in a way for the information is secured together and is totally legible without removing the information from the binding. This documentation shall be in addition to any other data, shop drawings, etc. required to be submitted as specified in these Special Provisions. 8-20.3(9) Bonding, Grounding (August 21, 2006 WSDOT NWR) Section 8-20.3(9) is supplemented with the following: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-83 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 Where shown in the Plans or where designated by the Engineer, the metal frame and lid of existing junction boxes shall be grounded to the existing equipment grounding system. The existing equipment grounding system shall be derived from the service serving the raceway system of which the existing junction box is a part. (March 13, 2012 CFW GSP) Section 8-20.3(9) is supplemented with the following: Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction boxes and any modified existing junction boxes. For the purposes of this section, a box shall be considered "modified" if new current-carrying conductors are installed, including low-voltage conductors. At points where shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. Junction box lids and frames shall be grounded in accordance with Department of Labor and Industries standards, and shall be grounded so that the ground will not break when the lid is removed and laid on the ground next to the junction box. All conduits which are not galvanized steel shall have bonding wires between junction boxes. Ground rods shall be copper clad steel, %-inch in diameter by 10-feet long, connections shall be made with termite welds. At points where wiring shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. (October 23, 2014 CFW GSP) Section 8-20.3(9) is supplemented with the following: In addition to the service grounds provided at the service cabinet each Type II, III, IV, or V signal standard shall have a supplemental ground installed per Standard Plan J-60.05. 8-20.3(10) Services, Transformer, Intelligent Transportation System Cabinet (March 13, 2012 CFW GSP) Section 8-20.3(10) is supplemented with the following: The Contractor shall apply for an electrical service connection with Puget Sound Energy or Tacoma Public Utilities as applicable and make arrangements for a new electrical service connection. The Engineer will approve Electrical Service Installations. The Contractor shall request the City of Federal Way Building Division to perform required inspections for service approval. Electrical service is detailed in the Plans. The Contractor shall notify the City of Federal Way inspector when the service is ready for connection. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-84 PROJECT#202 and 216 I RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 A two-circuit electrical service shall be used at 240/120 volts, 60 Hz AC. The underground electrical service shall be brought to the load center in minimum 2-inch conduit. Wire sizes and conduit terminations between the load center and the connection location shall meet the requirements of PSE or Tacoma Public Utilities as applicable. The service shall be split in the load center into a 120-volt circuit for the signals and 240 volt for the illumination. When the service is to be provided from an overhead source, the Contractor shall provide conduit from the electrical service to ten feet up the power pole from which service is provided. Stand-off brackets 14 inches long shall be installed on the pole every ten feet. In addition, the Contractor shall provide service conductors from the electrical service to the top of the conduit on the power pole with 30 feet of service wire coiled at top and provide the local electrical utility with 30 feet of 2-inch conduit to make the connection. Electrical service cabinet will be painted inside with white polyurethane or polyester urethane power coat in accordance with Section 6-07. Outside will be bare aluminum finish. The twist lock photocell shall be mounted on top of the luminaire closest to the electrical service. All circuit breakers shall be clearly marked or labeled. 8-24.3('11) Testing (April 12, 2018 CFW GSP) Section 8-20.3(11) is supplemented with the following: After power switch over, the signal system shall be put into operation by King County personnel. The Contractor shall be present during the turn-on with adequate equipment to repair any deficiencies in operation. The Contractor shall notify King County five working days in advance of power switch over. 8-20.3(13) Illumination Systems (April 12, 2018 CFW GSP) Section 8-20.3(13) is supplemented with the following: The existing lighting systems shall remain operational until the new systems are functioning. The Engineer may approve partial interruptions required because of staging. 8-20.3(14)C Induction Loop Vehicle Detectors (January 31, 2014 CFW GSP) Item 2 and the last two sentences of Item 4 are deleted. Item 5 of this section is deleted and replaced with the following: 5) Each loop shall have 3 turns of loop wire. Item 11 of this section is deleted and replaced with the following: 11) The detector loop sealant shall be a flexible traffic loop wire encapsulement. Encapsulement shall be designated to enable vehicular traffic to pass over the properly filled sawcut within five minutes after installation without cracking of material. The encapsulement shall form a surface skin allowing exposure to vehicular traffic within 30 minutes at 75 degrees F. and completely cure to CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-85 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 a tough rubber-like consistency within two to seven days after installation. Properly installed and cured encapsulement shall exhibit resistance to defects of weather, vehicle abrasion, motor oil, gasoline, antifreeze solutions, brake fluid, deicing chemicals and salt normally encountered in such a manner that the performance of the vehicle detector loop wire is not adversely affected. Section 8-20.3(14)C is supplemented with the following: One-quarter-inch (1/4") saw cuts shall be cleared of debris with compressed air before installing three turns of loop wire. All detector loops shall be 6-foot-diameter circle with diagonal mini-cut corners (no 90 degree corners) of not more than 1-inch on the diagonal. From the loops to the junction box, the loop wires shall be twisted two turns per foot and labeled at the junction box in accordance with the loop schematics included in these Plans. A 3/8-inch saw cut will be required for the twisted pair. No saw cut will be within 3 feet of any manhole or utility risers located in the street. Loops and lead-ins will not be installed in broken or fractured pavement. Where such pavement exists it will be replaced in kind with minimum 12-foot sections. Loops will also not be sawed across transverse joints in the road. Loops to be placed in concrete will be located in full panels, a minimum 18 inches from any expansion joint. Existing Traffic Loops The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of five working days in advance of pavement removal in the loop areas. The Contractor shall install and maintain interim video detection until the permanent systems are in place. The interim video detection shall be operational simultaneously with decommission of the existing pavement loops. If the Engineer suspects that damage to any loop, not identified in the Plans as being replaced, may have resulted from Contractor's operations, the Engineer may order the Contractor to perform the field tests specified in Section 8 20.3(14)D. The test results shall be recorded and submitted to the Engineer. Loops that fail any of these tests shall be replaced. Loops that fail the tests, as described above, and are replaced shall be installed in accordance with current City of Federal Way design standards and Standard Plans, as determined by the Engineer. If traffic signal loops that fail the tests, as described above, are not replaced and operational within 48 hours, the Contractor shall install and maintain interim video detection until the replacement loops are operational. The type of interim video detection furnished shall be approved by the Engineer prior to installation. 8-20.3(14)D Test for Induction Loops and Lead-in Cable (October 5, 2009 WSDOT NWR- OPTION 3) Section 8-20.3(14)D is supplemented with the following: Existing Lead-in Cable Test When new induction loops are scheduled to be installed and spliced to an existing two-conductor shielded detector lead-in cable, the Contractor shall perform the following: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM— ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 $2 AND PHASE 3 OCTOBER 2019 SP-86 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 1. Disconnect the existing detector lead-in cable in the controller cabinet and at the loop splice. 2. Megger test both detector lead-in cable conductors. A resistance reading of less than 100-megohms is considered a failure. 3. Detector lead-in cables that fail the test shall be replaced and then retested. 4. After final testing of the detector lead-in cable, the loop installation shall be completed and the loop system tested according to Tests A, C and D. Connect the detector lead-in cables in the controller cabinet. (October 5, 2009 WSDOT NWR— OPTION 4) Section 8-20.3(14)D is supplemented with the following: Existing Loop Test When two-conductor shielded detector lead-in cable is scheduled to be installed and spliced to an existing loop, the Contractor shall perform the following: 1. Disconnect the existing loop from the detector lead-in splice. 2. Megger test the existing loop wire. A resistance reading of less than 100- megohms is considered a failure. 3. Loops that fail the test shall be replaced and then retested. 4. After the final testing of the loops, the detector lead-in cable installation shall be completed and the loop system tested according to Tests A, C and D. (March 31, 2012 CFW GSP) Section 8-20.3(14)D is supplemented with the following: Test A — The resistance shall not exceed values calculated using the given formula. Resistance per 1000 ft of 14 AWG, R = 3.26 ohms / 1000 ft R = 3.26 x distance of lead-in cable (ft) 1000 ft Test B and Test C in this section are deleted and replaced with the following: Meggar readings of the detection wire to ground shall read 200 megohms at the amplifier connection. The 200 megohms or more shall be maintained after the splices are tested by submerging them in detergent water for at least 24 hours. The tests will be conducted with County personnel at the request of the Contractor. All costs incurred to meet this minimum standard will be the responsibility of the Contractor. 8-20.3(14)G Video Camera Detectors (December 18, 2009 CFW GSP) Section 8-20.3(14)G is a new section: The video camera shall be installed consistent with the manufacturer recommendations. Controller cabinet equipment shall be installed in the cabinet when cabinet testing is performed. 8-20.3(14)H Hybrid RadarNideo Detectors Section 8-20.3(14)H is a new section: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-87 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 The hybrid radar/video camera shall be installed consistent with the manufacturer recommendations. Controller cabinet equipment shall be installed in the cabinet when cabinet testing is performed. 8-20.307) "As Built" Plans (December 18, 2009 CFW GSP) Section 8-21.3(17) is deleted and replaced with the following: Upon completion of the project, the Contractor shall furnish an "as-built" drawing of the intersection showing all signal heads, pole locations, detectors, junction boxes, Illumination system showing luminaire locations, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have been changed from the original contract drawings. All items shall be located to within one foot (1') horizontally and six inches (6") vertically above or below the finished surface grade. 8-20.3(18)Removal of Existing Signal Equipm_ent (April 12, 2018 CFW GSP) Section 8-21.3(18) is a new section: Where noted on the Plans, existing signal, illumination, Safe City Cameras and relate equipment, and interconnect equipment shall be removed by the Contractor. The Engineer shall decide the ownership of all salvaged signal, illumination, Safe City Cameras and related equipment, and interconnect equipment materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall be the property of the Contractor, except that any existing controllers and UPS cabinets and all contents shall be delivered to the King County Signal Shop at 155 Monroe Avenue NE, Renton, Washington 98056. All other material removed shall become the property of the Contractor and shall be disposed of off-site at a legal disposal site. All pole foundations and anchor bolts shall be removed to 6 feet below new subgrade, and the resulting hole shall be backfilled with compacted gravel borrow meeting the requirements of Section 9-03.14(1), unless the Engineer has approved the use of native material. Where junction boxes are removed, the conduit and wire shall also be removed to the bottom of the trench and the resulting hole backfilled with gravel borrow meeting the requirements of Section 9-03.14(1), unless the Engineer has approved the use of native material. Removals associated with the electrical system shall not be stockpiled within the jobsite without the Engineer's approval. 8-20.4 Measurement (April 12, 2018 CFW GSP) Section 8-20.4 is replaced with the following: "Traffic Signal System, Complete - " shall be measured per lump sum. "Hvbrid Radar/Video Detection Camera Material Only)" shall be measured per each. "Hybrid Radar/Video Detection Cabinet Interface Unit (MaterialOnly)" shall be measured per each. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-88 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 8-20.5 Payment (April 12, 2018 CFW GSP) Section 8-20.5 is deleted and replaced with the following: Payment will be made in accordance with the following: "Traffic Signal System, Complete— _ per lump sum. The lump sum price for "Traffic Signal System, Complete — " shall be full pay for furnishing all labor, equipment, materials and supplies necessary to complete the work as specified. All items and labor necessary to supply, install, and test the traffic signal system including, but not limited to, conduit, junction boxes, temporary and/or permanent vehicle detection system(s), connections with existing conduit and junction boxes, electrical service cabinets and connections, restoring facilities destroyed or damaged during construction, clearing and grubbing, removing and salvaging existing signal equipment, relocation of temporary signal equipment (vehicle heads, pre-emption, pedestrian heads, pedestrian push buttons, video detection, etc.) to accommodate construction phasing throughout the project, and all other components necessary to make a complete traffic signal system shall be included within the lump sum measurement. All items and labor necessary to supply, install, and test the interconnect system including, but not limited to, conduit, single-mode fiber optic cable, junction boxes, connections with signal controllers, connections with existing conduit, junction boxes and fiber optic vaults, connections with existing interconnect systems, pull rope, plugs, restoring facilities destroyed or damaged during construction, clearing and grubbing, salvaging existing materials, and all other components necessary to make a complete interconnect communication system as well as a system ready for the future installation of fiber optic cable shall be included within the lump sum measurement. Interconnect cable installed in existing conduit will be included in the lump sum measurement. All costs for installing equipment on signal or luminaire mast arms shall be incidental to the bid item(s) in this section and no additional compensation will be made. Removal of an existing signal system or existing signal components shall be included within the lump sum measurement. After construction is complete, it is Contractor's responsibility to adjust, relocate, and reposition all traffic signal equipment (vehicle heads, pre-emption, pedestrian heads, pedestrian push buttons, video detection, etc.) to their final position as shown on the Contract Documents, and shall be considered incidental to the lump sum measurement. Sawcutting, pavement removal, excavation, trenching, bedding and backfill materials, backfilling of trenches, pavement restoration of trenches and conduit/junction box installations shall be incidental to the bid items included in this section and no additional compensation will be made. Coordination of service connections with Puget Sound Energy and any necessary permits and fees associated with the service connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. Coordination with communication connections with Comcast, Qwest, Zayo, or other communication provider affected by this project, and any necessary permits and fees associated with the communications connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-89 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 All costs for installing junction boxes and conduit containing traffic signal system and/or interconnect system wiring shall be incidental to the bid item(s) of this section and no additional compensation will be made. All costs for painting shall be incidental and included in the bid items included in this section and no additional compensation will be made. Adjustment of junction boxes shall be incidental and included in the bid items included in this section and no additional compensation will be made. Restoration of facilities destroyed or damaged during construction shall be considered incidental to the bid items included in this section and no additional compensation will be made. "Hybrid Radar/Video Detection Camera (Material Only)", per each. The unit price for"Hybrid RadarNideo Detection Camera (Material Only)" shall be for the furnishing of materials only for each Iteris Vantage Vector detection unit and associated mounting equipment. The City of Federal Way may, at its sole discretion. elect to purchase additional hybrid radar/video detection cameras, beyond_those included as Dart of the Base Bid, at the unit price. "Hybrid Radar/Video Detection Cabinet Interface Unit_(Material Only)". per each. The unit price for"Hybrid Radar/Video Detection Cabinet Interface Unit (,Material Only)' shall be for the furnishing of materials only for each Iteris Vantage Next cabinet interface_ unit. The City of Federal Wav may. at its sole discretion, elect to purchase additional hybrid radar/video detection cabinet interface units. beyond those included as part of the Base Bid, at the unit price. END OF DIVISION 8 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-90 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.12 Gravel Backfill 9-03.12(6) Pit Run Sand (April 12, 2018 CFW GSP) Section 9-03.12(6) is a new section: Sieve Size Percent Passing 3/8" square 100 U.S. No. 4 90 Sand Equivalent 30 minimum 9-03.14(3) Common Borrow (April 12, 2018 CFW GSP) Section 9-03.14(3) is modified with the following requirements: Material from on-site excavations meeting the requirements for Common Borrow shall be used to the extent practicable. Material for common borrow shall consist of granular soil and/or aggregate which is free of trash, wood, debris, and other deleterious material. Common Borrow material shall be at the proper moisture content for compaction. This material is generally moisture sensitive. The natural moisture content shall range from not more than 1 percent wet of optimum to not more than 3 percent dry of optimum as determined in accordance with Section 2-03.3(14)D. The material shall not pump or yield under the weight of compaction equipment and construction traffic. The Contractor is responsible for protecting the material from excess moisture wherever/whenever possible. To the extent practicable, this material should be handled only during non-rainy periods and should be removed, hauled, placed, and compacted into final embankments without intermediate handling or stockpiling. Surfaces should be graded and sloped to drain and should not be left uncompacted. Common Borrow shall meet the following gradation limits: Sieve Size Percent Passing (by weight) 6" square100 4" square 90- 100 2" square 75 - 100 U.S. No. 4 50 - 80 U.S. No. 40 50 max. U.S. No 200 25 max. 1 For geosynthetic reinforced walls or slopes, 100percent passing 1'/4- inch square sieve and 90 to 100 percent passing the 1-inch square sieve. Common Borrow shall contain sufficient fines for compaction and to bind the compacted soil mass together to form a stable surface when heavy construction equipment is operated on its surface. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-91 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1 Topsoil 9-14.1(1)T psoilType A (April 12, 2018 CFW GSP) Section 9-14.1(1) is supplemented with the following: Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy loam. The soil shall be high in organic content and compromised of fully composted and mature organic materials. Refer to Section 9-14.4(8) of the Standard Specifications for compost requirements. No fresh sawdust or other fresh wood by-products shall be added to extend the volume after the composting process. Chemical and physical characteristics of Topsoil Type A shall comply with the following: Screen Size 7/16" Maximum Total Nitrogen 0.25% Minimum Organic Matter 10% Minimum pH Range 5.5 to 7.5 Conductivity 5 mmhos/cm Maximum 9-14.4 Mulch and Amendments 9-14.4(3) Bark or Wood Chips (April 12, 2018 CFW GSP) Section 9-14.4(3) is supplemented with the following: Bark or Wood Chip Mulch shall be medium grade composted ground fir or hemlock bark. The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The mulch shall not contain resin, tannin, wood fiber or other compounds detrimental to plant life. The moisture content of bagged mulch shall not exceed 22%. The acceptable size range of bark mulch material is '/2" to 1" with maximum of 20% passing the 1/2" screen. 9-14.6(8) Sod (April 12, 2018 CFW GSP) Section 9-14.6(8) is supplemented with the following: Sod Lawn shall be three-way Tall Fescue Blend Sod, 33.33% Firecracker LS Tall Fescue, 33.33% Spyder LS Tall Fescue, 33.33% Raptor II Tall Fescue with degradable netting, or approved equal. SECTION 9-2.9 ILLUMINATION SIGNAL ELECTRICAL 9-29.1 Conduit. Innerduct and Outerduct (June 5, 2000 WSDOT NWR) Section 9-29.1 is supplemented with the following-- Conduit ollowing-Conduit Coatings CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 & 2 AND PHASE 3 OCTOBER 2019 SP-92 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings are not allowed. Steel conduit entering concrete shall be wrapped in 2-inch-wide pipe wrap tape with a minimum 1-inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. (October 23, 2014 CFW GSP) Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all of the conduit, all required fittings, termination and other installation accessories; all in accordance with the Contract Documents. 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings (August 10, 2009 WSDOT NWR) Section 9-29.1(1) is supplemented with the following: Conduit Sealing Mechanical plugs for cabinet conduit sealing shall be one of the following: 1. Tyco Electronics -TDUX 2. Jackmoon-Triplex Duct Plugs 3. O-Z Gedney- Conduit Sealing Bushings The mechanical plug shall withstand a minimum of 5 psi of pressure. 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances (August 10, 2009 WSDOT NWR) Section 9-29.1(2) is supplemented with the following: Conduit Coatings Electroplated couplings are not allowed. (March 4, 2009 WSDOT NWR)) Surface Mounting Conduit Attachment Components Channel supports and all fastening hardware components shall be Type 304 stainless steel. 9-29.1(11) Foam Conduit Sealant (January 7, 2019 WSDOT Option 1) Section 9-29.1(11) is supplemented with the following: The following products are accepted for use as foam conduit sealant: • CRC Minimal Expansion Foam (No. 14077) Polywater FST Foam Duct Sealant Superior Industries Foam Seal ® Todol Duo Fill 400 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 9-29.2(1)A 'Standard Duty Junction Boxes (April 12, 2018 CFW GSP) Section 9-29.2(1) is supplemented with the following: Concrete Junction Boxes For junction boxes located within the sidewalk, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-93 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 publicly owned properties, both the lid and frame shall be treated with one of the following slip-resistance products: 1. Mebacl manufactured by IKG Industries. 2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 3. Saftrax TH604 Non-Skid manufactured by Thermion. Where the exposed portion of the frame is 1/2 inch wide or less the slip- resistant treatment may be omitted on that portion of the frame. The slip-resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; "SY for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 9-29.2(2)A Standard Duty Cable Vaults and d Pull Boxes (April 12, 2018 CFW GSP) Section 9-29.2(2)A is supplemented with the following: For cable vaults and pull boxes located within the sidewalk, along an ADA pedestrian route, or in other accessible surfaces within the public right-of- way or on publicly owned properties, both the lid and frame shall be treated with one of the following slip-resistance products: 1. Mebacl manufactured by IKG Industries. 2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 3. Saftrax TH604 Non-Skid manufactured by Thermion. Where the exposed portion of the frame is 1/2 inch wide or less the slip- resistant treatment may be omitted on that portion of the frame. The slip-resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; "SY for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 9-29.2(5)E Fiber Vaults (March 15, 2012 CFW GSP) Section 9-20.2(5)E is a new section: Where fiber vaults are called for on the Drawings, the Contractor shall provide pre-cast utility vaults meeting ASTM C 478 with twenty-eight (28) day 5500 psi minimum compressive strength concrete and designed for H-20 loading unless otherwise indicated on the Drawings. The communications/fibers vault, shall be a type 444-LA manufactured by Oldcastle Precast, Inc. or approved equivalent, or a WSDOT Pull Box or cable vault per WSDOT Standard Plan J.90.10 and J.90.20. The fiber vaults are to be provided with a racking hardware package for cable storage and mounting of the splice case. The vault cover shall have a bolt-down, non-skid surface and a ground strap. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-94 PROJECT#202 and 216/ RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 For fiber vaults located within the sidewalk, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly owned properties, both the lid and frame shall be treated with one of the following slip-resistance products: 1. Mebac1 manufactured by IKG Industries. 2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 3. Saftrax TH604 Non-Skid manufactured by Thermion. Where the exposed portion of the frame is 1/2 inch wide or less the slip- resistant treatment may be omitted on that portion of the frame. The slip-resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; "S3" for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. Fiber vaults shall contain a splice enclosure. Fiber Optic Splice Closure shall be a Coyote Closure manufactured by Preformed Line Products or equivalent, shall be suitable for both vault and aerial applications, and shall meet the following requirements: 1. Be made of two injection-molded high-density thermoplastic shells, be 22 inches in length and 6 inches in diameter, and have capacity to store up to four splice trays. 2. Each splice case shall have two end plates; one end plate shall have no ports, the other endplate shall consist of a three section end plate with six ports - two 3/4-inch ports and four 7/8-inch ports. Each unused port shall have a grommet installed. The end plates shall be durable glass-filled high-density thermoplastic shells. 3. The splice enclosure shall be suitable for outdoor applications with a temperature range of-10°C to 60°C. 4. The splice enclosure shall provide sufficient space to allow entry of fiber optic cable without exceeding the cable minimum bending radius. 5. The enclosure shall protect the splices from moisture and mechanical damage and shall be resistant to corrosion. 6. The enclosure shall be waterproof, re-enterable and shall have a neoprene gasket sealing system to prevent water from entering. 7. The enclosure shall permit selective splicing to allow one or more fibers to be cut and spliced without disrupting other fibers. 8. The enclosure shall have strain relief for the cable to prevent accidental tension from disturbing the splices. 9. Each splice tray will be able to store 36 splices securely. Each splice shall be individually mounted and mechanically protected on the splice tray. Vinyl markers shall be supplied to identify each fiber spliced within the enclosure. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-95 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 9-29.3 Fiber Optic Cable, Electrical Conductors and Cable (December 13, 2012 CFW GSP) Section 9-29.3 is supplemented with the following: Video cable from the camera (sensor) to the controller cabinet shall conform to the video detection manufacturer's recommendations. 9-29.3(2)F Detector Loop Wire (April 12, 2018 CFW GSP) Section 9-29.3(2)F is modified as follows: Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to IMSA Specification 51-7, with cross-linked polyethylene (XLPE) insulation encased in a polyethylene outer jacket (PE tube). 9-29.3(2)H Three-Conductor Shielded Cable (March 13, 2012 CFW GSP) Section 9-29.3(2)H is supplemented with the following: Lead-in cable back to the controller for pre-emption units shall be GTT detector 138 cable or equivalent. 9-29.3(2)] Twisted Pair Communications Cable (October 23, 2014 CFW GSP) Section 9-29.3(2)1 is deleted in its entirety. See Section 8-20.3(8)A. 9-29.13 Control Cabinet Assemblies 9-29.13(10)A Auxiliary Equipment for NEMA Controllers (February 2, 2012 CFW GSP) Section 9-29.13(10)A is modified as follows: Paragraph 1, Item 1 is supplemented with the following: All flasher units shall as a minimum meet NEMA TS-2 1992, Section 6 requirements and shall be EDI Model 810 or approved equal. Paragraph 1, Item 2 is supplemented with the following: All load switches shall as a minimum meet NEMA TS-2 1992, Section 6 requirements and shall be EDI Model 510 or approved equal. Paragraph 1, Item 3a is deleted and replaced with the following: A 50-amp main breaker shall be supplied. This breaker shall supply power to the controller, MMU, signals, cabinet power supply, and auxiliary panels. Paragraph 1, Item 3b is deleted and replaced with the following: A 15-amp auxiliary breaker shall supply power to the fan, light, and GFI outlet. Paragraph 1, Item 3c is supplemented with the following: Spare neutral buss bars shall be provided on the bottom left and right of the cabinet. Paragraph 1, Item 3 is supplemented with the following: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-96 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 g. A normally-open, 60-amp, solid-state device, "Crydom CWA 4850 relay", or approved equivalent. h. The power panel shall be covered by an easily removable, clear Plexiglas cover. Paragraph 1, Item 4 is supplemented with the following: Inside the police door there shall be a flash switch, which shall be the only switch on that panel. The switch shall have two positions, "Auto"and "Flash". The up position shall be "Auto" and result in normal signal operation. The down position shall be "Flash" and will put the signal into flashing operation and apply stop time to the controller. The switch shall be a general-purpose bat style toggle switch with 0.688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. Paragraph 1, Item 6 is supplemented with the following: Cabinets shall be equipped with a NEMA TS2 Type 16 Malfunction Management Unit. Paragraph 1, Item 7, sub-paragraph 1 is deleted and the section is supplemented with the following: The detector interface panel shall support up to 32 channels of detection and four channels of preemption devices. Detector Racks Two vehicle detector amplifier racks and two detector interface panels shall be provided in each cabinet. Each rack shall support up to 16 channels of loop detection, one 4-channel preemption device, and one BIU. Paragraph 1, Item 8 is supplemented with the following: There shall be terminal strips for field wiring in the controller cabinet. The terminals shall be numbered in accordance to the field wiring chart included in these Specifications. A common buss bar with a minimum of 15 spare terminals shall be available after the cabinet is fully wired. In addition, a 15 terminal bar shall be provided for the pedestrian common and a terminal shall be provided for each signal head neutral. The buss bars shall be located on the left side wall of the cabinet. Only King County numbers shall be shown, as described in Section 8-20.3(8). Pedestrian Detector Field Wiring All pedestrian detectors shall be connected between logic ground and their appropriate field terminal. The terminals shall be grouped together and located in the lower left side panel. Main Panel and Wire Terminations All wires terminated behind the main panel and other panels shall be SOLDERED. No pressure or solderless connectors shall be used. Printed circuit boards shall NOT be used on main panels. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-97 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 Field Terminal Locations Field terminals shall be located at the bottom of the backboard. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the Screw type per NEMA TS2 5.3.6. Paragraph 1, Item 9 is supplemented with the following: The cabinet shall be provided with a thermostatically-controlled (adjustable between 80-150 degrees F) ventilation fan and shall he installed in the top of the cabinet plenum. Paragraph 1, Item 10 is deleted and replaced with the following: The cabinet shall have an incandescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the incandescent light. The lamp socket shall be placed on the circuit with convenience outlets which shall be protected by a circuit breaker rated at 25 amps. An incandescent 150-watt bulb shall be provided. Paragraph 1, Item 11 is supplemented with the following: All Controller and Malfunction Management Unit cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. Color Coding All cabinet wiring shall be color coded as follows: Purple = MMU Wiring Orange = Flash Color Programming Brown = Green Signal Wiring Yellow = Yellow Signal Wiring Red = Red Signal Wiring Blue = Controller wiring Gray = DC ground AC+ = Black AC- = White Chassis Ground = Green Paragraph 1 is supplemented with the following: 13. Main Panel Configuration - The main panel shall be fully wired in the following configuration: a) Sixteen (16) load sockets. b) Six (6) flash-transfer-relay sockets. c) One (1) flasher socket. d) Two (2) main panel rack slots for BIUs 1 and 2. Two rack slots for Terminal and Facilities BIU's 3 and 4 which shall be wired to numbered terminal strips. e) Wiring for 2 detector racks and 1 Type-16 MMU. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-98 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 14. Lightning Suppression - The cabinet shall be equipped with an Innovative Technologies Model HS-P-SP-120A-60A-RJ or approved equivalent surge arrester. 15. Convenience Outlets - One convenience outlet with a ground fault interrupter and a second convenience outlet without ground fault interrupter shall be furnished in the cabinet(s). The ground fault outlet shall be mounted one on right side of the cabinet, near the top shelf, and the non-ground fault outlet shall be mounted on the left side of the cabinet, near the top shelf. No outlets shall be mounted on the door. The convenience outlets shall be placed on the circuit with the lamp socket which shall be protected by a circuit breaker rated at 25 amps. 16. Loop Detector Units: (a) Cabinets shall be supplied with eight 4-channel loop detectors minimum or sixteen 4-channel loop detectors maximum as shown on the Plans. Loop detectors shall meet TS2 Specifications. (b) Equipment and loop detection for advanced loops shall be as shown in the plans. 17. Telemetry Interface Panel - All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the master cabinet. In addition, every cabinet shall also be wired for transient suppression (Model # EDCO PC642C-00-AD or approved equivalent). 18. Preemption - The cabinet shall be completely wired to accept and service calls from GTT (formerly 3M) Opticom, Model 764 multimode phase-selector modules and their related optical-detector units. 19. Buss Interface Unit - Buss interface units (BIUs) shall meet all TS2- 1992 Section 8 requirements. In addition, all BIUs shall provide separate front panel indicator light emitting diode (LEDs) for Valid Data. 20. Cabinet Power Supply - The cabinet power supply shall as a minimum meet all TS2-1992, Section 5.3.5 requirements. All power supplies shall also provide a separate front panel indicator LED for each of the four outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. 21. Fiber Optic Interconnect - The cabinet shall be furnished with equipment to accommodate the fiber optic interconnect cable including an IFS model D9130 fiber to serial modem or approved equal and RuggedCom brand Ethernet switch(s) including RuggedSwitch RS90OG (fiber only), RuggedSwitch RS900L (fiber and copper) and/or RuggedSwitch RS930L (copper only) or approved equal(s). 22. Inside Control Panel Switches - Service Panel Switches (a) Power Switches.- There shall not be a main power switch inside the cabinet(s) that shall render all control equipment electrically dead when turned off. There shall be a controller power switch that shall render the controller and load switching devices electrically dead while maintaining flashing operation for purposes of changing the controller or load switching devices. The switch shall be a general-purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM —ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-99 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 (b) Stag Time Switch: There shall be a 3-position switch located inside the cabinet door identified as the Stop Time switch. Its positions shall be labeled "Normal" (up), "Off" (center), and 'On" (down). With the switch in its Normal position, a stop timing command may be applied to the controller by the police flash switch or the conflict monitor unit. When the switch is in its "Off" position, stop-timing commands shall be removed from the controller. The "On" position of the switch shall cause the controller to stop timing. The switch shall be a general-purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (c) Technician Flash .Switch: There shall be a switch inside the cabinet to place the signal in flashing operation while the controller continues to operate. This flash shall have no effect on the operation of the controller or conflict monitor. The switch shall be a general-purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (d) Detector Test Switches: All eight controller phase inputs shall have push button momentary test switches. Each switch shall be connected to the first channel of each detector card input to the BIU. All eight pedestrian phases shall have push button momentary test switches by phase. These switches shall be located inside the cabinet door and labeled by associated phase number. A see-through Plexiglas cover shall cover all detector disconnect/test switches. (e) Preempt Test Switches: All Six preempt inputs shall have disconnect/test switches. These switches shall have three positions labeled "Normal" (up) which shall connect the controller to the Opticom output: "Off" (center) which shall isolate the controller from the Opticom output: and "Test" (down) which shall provide a momentary true input to the controller. (f) Switches shall be in groups of eight (8), matching the phase groupings of the intersection. Section 9-29.13(10)C is supplemented with the following, "Plug and Play" Cabinets are not acceptable. "Modular' Main Panels shall not be permitted. Section 9-29.13(10)C is modified as follows: Paragraph 1, Item 1 is deleted and replaced with the following: Cabinet Construction A complete NEMA TS2 Type 1 eight-phase cabinet shall be supplied and installed by the Contractor. The size of the cabinet shall be Type 6 (P 5511). Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication No. TS2-1998. Where differences occur, this Specification shall govern. The cabinets shall meet the following criteria: 1. Material shall be 5052-H32 0.125-inch-thick aluminum. CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SP-100 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 2. The cabinet shall be supplied with a natural finish inside and out, unless otherwise specified. 3. The door hinge shall be of the continuous type with a stainless steel hinge pin. 4. All external fasteners shall be stainless steel. 5. The door handle shall be cast aluminum. 6. All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. Paragraph 1, Item 2 is deleted and replaced with the following: The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, rotating or relocating one device to remove another. Shelf Height The cabinet shall be supplied with two removable shelves manufactured from 5052-H32 aluminum. The shelves must have the ability of being removed and reinstalled WITHOUT the use of hand tools. Paragraph 1, Item 4 is supplemented with the following: Air Filter Assembly The cabinet air filter shall be a one-piece removable, noncorrosive, vermin- and insect-proof air filter and shall be secured to the air entrance of the cabinet. Paragraph 1 is supplemented with the following: 6. Additional Panel Space - Adequate space shall be left open for the addition of a master interface panel and an AVI interface panel. 9-29.18 Vehicle Detector 9-29.18(3) Vacant Section 9-29.18(3) is deleted and replaced with the following new section: 9-29.18(3) Video Detection System All video detection system items and materials furnished shall be new, unused, current production models installed and operational in a user environment and shall be items currently in distribution. Contractor shall provide Econolite AutoScope Vision video detection system, or equivalent approved equal that limits the amount of new in-cabinet equipment and additional inventory management needed. 9-29.18(4) Vacant Section 9-29.18(4) is deleted and replaced with the following new section: 9-29.18(4) Hybrid Radar/Video Detection System All hybrid radar/video detection system items and materials furnished shall be new, unused, current production models installed and operational in a user CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM-ITS IMPROVEMENTS- CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 01 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER.2019.08 environment and shall be items currently in distribution. Contractor shall provide Iteris Vantage Vector Hybrid with associated mounting equipment and Vantage Next cabinet interface unit. 9-29.24 Service Cabinets (December 18, 2009 CFW GSP) Section 9-29.24 is supplemented with the following: The service cabinet shall be aluminum, and shall conform to Federal Way Drawing Number 3-45 included in the appendices of these Special Provisions. The unit shall be modified as necessary to meet all current requirements of the Department of Labor and Industries and Puget Sound Energy. The service cabinet shall be equipped with a lockable stainless steel handle and a three-point locking system. The service cabinet shall contain one (1) ground fault receptacle. Main breaker, branch breakers, and contactors shall be rated per the Breaker Schedule on the Plans. The service cabinet shall be equipped with a door-in-door, dead-front assembly, which shall prevent the exposure of circuit breakers and wiring. Wiring shall be arranged so that any piece of apparatus may be removed without disconnecting any wiring, except the lead to that piece of apparatus. All wiring shall be appropriately marked with a permanent, indelibly marked, clip-sleeve wire marker. All wiring shall conform to NEMA Class II C. The service cabinet shall be aluminum, and shall be a Skyline Electric Type ES-2EU or approved equal with Underwriters Laboratory label on the panel boards. A copy of the wiring diagram shall be provided in a plastic holder mounted conveniently inside the service cabinet. Nameplates shall be provided for each control component and shall be embossed phenolic with white letters on black background. Nameplates shall be screw-fastened. END DIVISION 9 CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM—ITS IMPROVEMENTS— CITY OF FEDERAL WAY PHASE 1 &2 AND PHASE 3 OCTOBER 2019 SPA 02 PROJECT#202 and 216/RFB#19-011 CFW SPECIAL PROVISIONS VER. 2019.08 III 3 uuuuluu ul lu ui ISI � i ui � �p " miPuu � II a ,iiia i r} r Illo '�� �illim �ium m � 'I Illllikuullu IR _iy 1 I ' , � `I, ;. b Ay ��� �Illlllw�dlllll i, I n } uu �,II uu � uum -, ■ 1,u1 uuw V �- ' �l�i City of Federal Way Contract Provisions Citywide Adaptive Signal Control System—ITS Improvements—Phase 1 &2 and Phase 3 Project#202 and 216/ RFB#19-011 FHWA 1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS FHWA-1273 -- Revised May 1, 2012 I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor(or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with 1 the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of$10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this 2 contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good taith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. 4 b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions,joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT-approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. 6 III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of$10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and 7 mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1)The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii)The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4)The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. R c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount or any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. 9 b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under§5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3)The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4)The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, 10 after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved b. Trainees (programs of the USDOL) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and 11 individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal- aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 12 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of$10 for each calendar day on which such individual 13 was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.)of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and 14 (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be Ilmlted to work that requires highly specialiLed knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 15 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 16 By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification— First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal,funds and a participant (such as the prime or 17 general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (ht�Pwww.epls govt), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; IR (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes.or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local)with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant' refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or 19 voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https:/1 v'um epis.govl), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion— Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 9n XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 21 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1 c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 53he provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. 22 AMENDMENT REQUIRED CONTRACT PROVISIONS (Exclusive of Appalachian Contracts) FEDERAL-AID CONSTRUCTION CONTRACTS The Federal—Aid provisions are supplemented wftfi the following: Xll. Cargo Preference Act 1. U.S. Department of Transportation Federal Highway Administration memorandum dated December 11, 2015 requires that all federal-ald highway programs awarded after February 1 5, 2018 must comply with the Cargo Preference-Act and its regulation of 46 CFR 381.7 Amendment to Form FHWA 1273 Revised January 25,2016 7 City of Federal Way Contract Provisions Cilkywide Adaptive Signal Control System — ITS improvements— Phase 1 & 2 and Phase a Project #202 and '216 / RFB H19-011 PREVAILING WAGES AND BENEFIT CODE KEY e,j 4,P^G° I'a L f,� 1 4-r� M$-;e f- z(j J State. Washingnon Cons tructmare' T"0,4 01 Counties: was'hington ara-tewide. HIGHWAY (Excludes D.O.F. Hanford SlIte in Bef,;e ;I i Coun--ies) Note, Un,-Jer Executive (EO) 13658, ar h- of $10- 60 for calendar year 2019 applies to all sijbiect, to the Davts-Bacon MIcr, fcz7 which the ctontr--..'- L.- awarded (and any soii.citation was issueld) on or after 1. 2"015. if this contract is cov;--r-red by the EO, the c,,r must pay aLl worker n Ln any class if ication listed on tl-. determination at -! east S10.60 per hoijr (or, the applicaLA,- rate listed or. this wage determinAtion, if it is higher) rf,-, all hours zpent performing on the cc-ntra.--t in calendar year 2019. 144 this corzracr. is covered by .he r.0 and a classification considered ref --5ary for performance of work on the contract does not appear --his wage determ-ination, the c,.)rltractor must pay workers at least the wage rate determined through Lj.- p,,7-ss set forth in 29 CFR 5-5 (a) (11) (i i) (or the FO M-111inIUM wage raze, if it is higher than the conformed wage zate) . The EO minimum wage rate wall Lie es6iusted arrlUall..17. P148se note that this 90 applies to the above-menti-oned types of contracts entered into by the tederal government tba,,. are subject to the Davis-Bacnn Act but IXA66A iftot apol-I to contracts s-,;bject only to the tdvI,�-Bdt,,Q:s RelaLed AcLs, including lftose set f��,rth at 29 Me, Ii. 1, (a) (2) - (6l1) . Arlditior-.ztl inf ormati-;);j orl .,urjtract,,-jr eaquirements and wQrker pro vectiort-9 jjr"e n -r Thf� F,t'd i rv7qjjjcj1,- M-Aification Number PL:b,Iicar-'I,,-,n Date 12,019 4 7 01 7,�u5 2 9 19 2 C J ! 12 WA190001 Modification 13 Fudet cil Wdge Dete(iTiindtions for Highway Construction 2 7VU76WEET 5; nv�OnMlw -w& !Tym bcMia-Y 1 :ne :f W& & slum 0 0"77 w0s-, v w. .Ara Fal in rj :,: , a ornini , YKAMANTA, and WAHMUM C . In7lyl . r I H IV S Wpon7ers : CAFMM5. . . . . . . . . . . . . . . . . .Z 4 . . . . . . . . . . . . . . MWALL. . . . . . . . . . . . . . . . . . . . . AILLMIGM . . . . . . . . . . . . . . . . . a P: L7 :R14FTn. . . . . . . . . . . . . . . . .$ jy . tj 1217A CA" , � , T ' V :w FEF7 11 , 1 : PER FOOT aM Kq FIST 1j: 70 11 , YKET S - V PFF MUT MR [ 1 1 FLU TO 1M FEE7 12. Q FM F9nT WER ill FEIT : - 30. 0 v one I - ! .y :uAv 4 1 VAN707VEF, MTE: Ai .... pin ....01 Lc K13"In9nnn Mn�- lolstl01akm 1LI wazific ShVIL US ttD�7 I unpi -is L ,c - 9 , 07 wa mi,o3jo aw! 1 cy :jm; A'-! Ev=� IM, "AIM . 1 ZINK it 7rs -vc7c .2 Ml. -`E it nny : 1tv tall ! rna abavy Myrnloce ! AS" . : P! &eI72 iwalwu TSV"f -ha- ik MilwS nnd Qv1; M: 10P AL in- r!TrI:V ; V! !. �j 7f %n" IL v! WWI rOd z3v! 7 : YtD'e�jy �?VN7,j Mars 7�wr !" M1103 enA WS lhj� Y, �70-wQzf 1 -61mi more "Kan 10 h,- 01, 1� , w6p,1117e j if "W ;:d F.zy n rw! ! Trq" j vini's . Z ?I- , ;a, S 1�wn- i M rre 1 hs� 10 0101 an! 1-70 010 ! wwavalive vivy & - �- IL -- rwrnhw�YA -L71-s ZONE ?:M ocls M�L+ 0yr 16 mi >s -f 0i now—M �: ty the on-no M-qv ! .; 0A : : v:0,5 ---------------------------- -------- - ---- -- ------------------- -- 2 WA190001 Modification 13 Federal Wage Determinations for Highway Construction 3 TO. 3 � WAM001 Modification 13 i L!derdl Wis e Determinations for HIghway Constructlon ---------------------------------------------------------------- 0400 ' DO-6 ,i.. On '01 : A I UAW. AW7-IN, RINTW%, ZFKjAV jQs: zf InUh r4ridiaql , ;,t-myA, n ;" 7jn:, YEPP-, 004MM, GAPVTKkD, OPAMT Taw 0 :: )w mtwijia"i , KITTITAW licis; nf lluth moridla! h WFANJOAN of pe ' ' ­° no- 1 it In I , FKNLPa I=, SP,mm. nwvyms, wiLs WNMA, W47TMAN, marldlaN &ANY? . . . . . . . . . . . . . . . . . . . . . Q ! ' .T . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16.0 . . . . . . . . . . . . . . . . . . K. 01 . . . . . . . . . . . . . . . . . . 15.4d . . . . . . . . . . . . . . . . . . . . . jm. 4 ,� . . . . . . . . . . . I . . . . . . . I ' S 14 . 10 0 Qw . . . . . . . . . . . . . . . . z is "ry . . . . . . . . . . . . . . . . . . . . . 7 41 . . ... ?FSTFP o ... :7EN '!ASA:F1jAT:Qn7 : VK.Ap 4 wIV17C. palhan, 2=1pq) PI. -,nq yw , 1:70, ny �ryaw7z" 110014.i mawss , nn allp: 17--; An7v 4 : prils-, ow4, ma Mac: wNrpewpr' �ww.p 0: 01"ST W07 ;V�hv t ; V �-=- 4-011 , mJ05 . 1i .001niv. DO., 7 : p7vor ArInAQ 7UT q : Annij, ir- P.�_: POW Yoh 1-: 0-aLn! iw, 1: Mini ! 5 RINE PAY: ZME 1 F RE E. z PKI 1 0 A . U9 WR Z16F 1 ZES WHOYPER PVFATT PM711 rAwnw 014 4 Noml W -Onto 7y Him 4 WA190001 Modification 13 Federal Wage Determinations for Highwav Construction 5 1 _ ;, . , . S ( . x WA190001 Modification 13 Fetlel dl Wdge DeUll ITIMAjons for Highway Constructlom 6 WA190001 Modification 13 Federal Wage Determinations for Highway Construction 7 a r i, ---------------------------------------------------------------- 9 ts, .. . . . . . . . . . . . . . . 3 4 .. . . . . . . . . ---------------------------------------- j 'L'A All-r _'0'J%'T E . . . . . . . . . . . A' 7 H K� A 4 ------------------------------------------------ ----------------- 7 WA190001 Modification 13 FedtCt dl Wdge Detet mindOuns Fof Highway Constructfon E:L,-.- P L0. . . . . . . . . . . ---- ----------- --------------------- --------------- !'T IL L a 1,K A 1,i j ... . . . . . . . . . 'M . . . . . . . . . . . . . . . . . . . . . ---------------------------------- ---------- 1,7 . . . . . . . . . . . . 4 . . . . . . . . . . . . . . ------------------- j 3 7 P� L WA190001 Modification 13 Federal Wage Determinations for Highwav Construction 9 WA1.90001 Modification 13 Federal Wage Determinations for Highway Construction L awe A 0 a L Tt 2- _J�I U �z- I- '7 i, V� rr, 7 7' I 7� C,-- 4 10 WA190001 Modification 13 Federal Wage Determinations for Highway Construction HANPLINC AF 1A1A?0q-: KAT-T MATEPTAU: F011051w. iP a4 . 70AV V ,a= j : na� , In7 .nalur a 'vdmally aesLona%Fy Kjzay !Q.i "=" NQ!QT still S :q7b1a 5-rbA, v nzw�rlmw� vl - r 00 F grOOP 1Cr.qaJj2 Y00- L-0 nO nnS >vvL or hayard: .s wann, a�-, Wanko"i A rlyl-y PLan . 0. 3ase waqv race Van or a hazaaww xws7v silo wter anm. - q 1%C i - is ! -1�n P I "r evT Jwe TLIvn I n':T H-, ?! its 7"" 3vin Base %ago za7e ptjs $ ,n F Kn ,T . H- 1 jjaSy ""S"" 11;: va0e tale ! ,rw play S 50 Fyr "nCr . H-A AX SanWale raIR n1ju 1 . 0 VVI hnvv ---------------------------------------------------------------- EN77 AUMS, A:077V, REVVN, CATnAN GUT Q? VHT 1100 N1PQ. ;Nj , :U-MUA, 117CLAZ (EUTI , FERRY, ; -VKn�IL, �APPILNJ, ORAN?, bl=�N, OFAN25IN (EA:T I TF POV: MQ 1KANi :NT !KF: LZE, QPCwANT. KUENS, WALLA WALLA, WFITKA!,9 A,11Z tEAFT IF 7KE :2 27H MERIDIANP C70NTIQ� 1TERATV'' . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I — . . . . . . . . . . . . . . . . . . . . . . . . 4 , , , , , -1 K.O. . . . . . . . . . . . . . . . ORQ 5 . . . . . . . . . . 11 . . . . . . . . . np"C7 5 . . . . . . . . . . . . . . . . . . . . F -777Q71V* 17 j,"A -7 -�nt : � Jns 1 : U' UK At Cie ! jl;�s of Sq-<A%e. PSA :,, X1sKkq;vr; Lowiv nn. : ian: z2n- : ! 11:1.10 4' Milo tll:ns "t �P�klnx, pool, , xa5h:nq;0E; hew�sv=, :oat ., WA190001 Modification 13 Federal Wage Determinations for Highway Construction 7 771! t" I, r«L n « '.'Or L I- n j q, 1 t T� 71,' 2 L. 0 74 -J N 7 rit, • • A, ___P L j D 7 f 2 12 WA'190001 Modification 13 Federal Wage Determmations for Highway Construction L3 13 ` WA190001 Modification 13 Federal 'Wage Determinations for Htghway Construction 1. Vw1A190001 Modiftcatwon 13 Federal Wage Determinate nss for Highway ConstrUCtion 15 15 INA190001 modification 13 Federal Wage Determinations for Highway Construction the uuntract . 2. Pro3ec"S of W�Ss thanN 0111an whero no -SUMIng 1:7 involved. suefamnq And pav- nq ' "NAPd. bur Mlities Px1luded. 1, Ma: inc wDLING OF BAZARDOUO NA Viz Pw,-r:2,onnel in aII V:aK Subjeor no workanq insAe a federally designated hazardous perimener shall be Agibl IIT ompen3ation in accordance winh the fallswing_ schedule reLarive to the level of hazardous Wi ouKined in the specMa hazardons waste safery plan. H-1 Ba ze wage cate when an a haxarno4s waste Site aitfirled with protective "Wohiny, class ""W 3011IM11,111 W10- all 0 P! w .50 per H-2 71013 TA ; - Base wage Late Fins 11.00 per hcur. 9-3 .1=5 —V" Sol! - sane wages rare Flus AM per War. N-4 : Sinq ""A"" ' - Base wage rate p143 S2,00 per t,,,,a"s 16 e LVA190001 Mcidtcation 13 Federal Wage Determinations for Highway Construction I'7 . a , WA190001 Modification 13 Federal Ware Determinations for Highway construction WA 190001 Modification 13 19 1.9q WA190001 Modification 13 Federal Wage rieterminations for Highway Construction .. 1. .. ... ! i .„.�... ., ,k A � �.- ,.��;,r"-t C r• .� l..J .,_ � t`Y.K — ,;�;" ,� s-. .r _ a _ ..til r.;' 1�,"„7 z,A .S�Lc�,P • � �t':T�a 31'._n w 20 WA190001 Modification 13 Federal 'Mage Determinations for Highway Coris ruction 21 nine too?) ! or, Y:nh over vw� r .; ;:*j 7 120011 Coe,,, 1 1 nc 1 KI nq , it , 1 nsynn" anj " it 017 404YOT 7EI 11 CrIna. infan nunmed rLm ( Mi 7n- ird over; 7inp, C� .t hunly e 1 1 4 Ms W11 MN qVII, Qpha: 7 Ka7t 1 =7 lypel ; A3phajc n�7v-NIIL, qa ,wmyp-. WC; Iev Pilt, Y107 (PI lalvr& :�! 2nd over; Mrn OrqW, myw Windt, 007LI; Klldo7er, .""c b_ ,- .... Eqipmepv, tiny YPN ; Tn ;it nner, 0-or inv Mondred menty thiusird, 112 , 11c; Wa . and sbo-e; wwre:n patch Plarn SnPir MjY one ( 11 and MW" (21 Kin Torn-vie WAmird Hand POYK Or; 7ans ] Tymmor; Awl =i iz Slip Pa7s- (AssijriPr za ;be jpowann- rvqo! rejj ; Ctane, RsvT� 7ri:k !, ! r , 07; WF and WiV =Pf 'n- h .nj-P! fif * j rqn, ! Or U"% !M! tnar Ke h�nd; OA NVY 0511 'Dn; ! ran-, TWInw9y rwon, y-fiv- (251 %on s"d ova: ; otsn-, Wuai ing 71amsnel I ;tree ( D v.. W. APJ ooi Cra-*, n.n-ny ( 10) yl� Lh: " : .nlssd inn— Y nln= WAY ' 1�' up 7� 3n 1 in _. .:- ; q _z: , : r .01 t. ) :f 4 .,-, tin 1 NO I aq - 10 1V;art& a"d Or 17 tsonmenr 11 ; W,1: e, f IVy flyny too: 1150 ' ) Won 110:1 .01n; )10 'n "07 - 0 M '5! �! sM, wn. f."Y Moir (101 % )n; 7r ;rLor Ptann; h1vivatur v-si :vv vvno:4 i vi . try ma.s'ti nd i Liu, UHHI On . ; h�ajsr cne hnt0 ed zwer7y EnQ�sanj 1100, 100) Icy, an�j ar-1; ;0MV_ V -OnL71106 ±aY-q WV!ng Ej�!PMCnn ; %Wcj, 0*411ns. wlamjEaK, fivs fs) W ;. Ws . 4nd gVer; jnderW3701 Z in IPM'n- r-mol WVYW Wool sx ,V17 Any 1. 7 F 701 , -VV- 70 k V m-win -LjK-2 n �rp 17D ' in Wnh on" h"nd'on Qvy fwa'r ' 15 : 5 room or :001 1 L1:1Uj:qg 1 .0 ! toot ;; M. �r ,1 0, 7K-Y- . , Qr ' 3 ' s - n CKW211 A;— at r Mhonsars As. Tkyn� jy me W09A 7nalslnc IAJ. � jwl Ms. ; Uslov s_., r` 7o&"sa2�:J :Vjj Qa- am; Q"rwed -Wen�v ?"Onsan'l 21 WA190001 Modification 13 Federal Wage DewrWaVans for Highway Lonstruction I I�I li i I I G,viikO '4 Otalisiv Undw, �� ., 0 ► Y Ova" 60 p t40 er ': l_. .Y�,.1u1M r.. '^� .���� r� �.y,b ,•,`j ,'w r ,.a[ ; •y k ��,� al.,LI ,�'�.r.,c.* r �,.�"., .(�'4...Sr,.!eb�!�r; 1',..1*+Si�.."• xa x "t.g'..ix,.s k� r.;'7..� -,r"l,� ~yT.--I no, r _ ,-A:. ..,fir .� 1a.a �y:,� Ir!' xpa�i,„q M1�� .. ._.i 9.•?.y.�. t;e#.:.w� �'�d_ a..;. �•:31.i'srJ r".'`_. �°l Gd�.��—,��.i Y:'t;';.:-�;�rn i f�...IG L'..c*�,. ”:Y m.�•L� ' .». M'.. 3::•^ 1 .....�..:r .^."_3','i:+ °' __ n• ?r(?`v. r 1-A,r.. ,. .-".';r.r',t' + a1:..""'�E'C. m3.:. (J, .. ... .._...� E'.J A 1'l E � �vw f3.£'.°'. � i *,.:-«J I .!'i::. M,:t t.t,i YI rw � ",.."a? f,-. - I. .,,° ) .. L _.. ,#" _l :.?w.er�i�a r r _w k3 ..s W_C'���:, �'��•'+'� :� �. xra1:7,;`a,� _�!`':^"_"x. �' . , '1" .T f: _ 1:"c 'VV,3`_er .WIr?^,� h✓�rs*x �..'�f�_.. 22 Federal Wage Determinations for Highway Construction 23 , WA'1 0001 Modification 13 Federal Wage peterin-Onati'o,ns for Highuvay Constructfon --------------------- 24 WA190001 Modification 13 Federal Wage Determinations for Highway Construction 25 25 f WA1.90001 Modification .13 Fedei AWage DeLet minat.ions for Highway Construction 27 ------------------------------ ------------------------ A 17' pj 1 7 . . . . . . . . . . --------------------------------------- ---- ----- ---------------- . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . . . . . . . . . . . . . . . . . . . . Y4 N 7 rn Z, 4 J v L ci TTI 1 3 if r-'m t v E A E�, CNE I RATE:�, 27 WA190001 Modification 13 Fvdvt A Wdgv DtAtei mii idbui is fur Highway Construction 28 wa"(;h'Fra, c A I-!w be �ut rm.,z 7o watis, wind��-ws, tl.� L 1 TIa ne r I e n e=.a, o r r=t s, .7 *-r i c V Or,z:.a Aifa?eITN;?r,,7 'Ba'llasPei,v,1 a t 0 r,, eme- F, T:J e t.,11.1-i'l F ;n _ p e r C`i r L n tg Labo rer ?wrCN'LL%y Z-And InQv--,Iq Ch,a!:red ma r_:3s J,*erg L,,xip Persor, :"v.:%5. :2 C,4 �.uc"'"�'*�1. a errs p-Jash rrix and 0� z- 2*,:-,-:k Pi le�-; v e r 3 0 1 4 ri L,�,mp P a v -C C, 1-:yd ":,S^i j, d aT-.-,D n d, -i,-i E"*,a-i F r and z"aw; Zt:Ij 1_7, Z 1-(3-,,1, p r :.-7:'m I,v r=I a n c I;Ad i n-a y.-os 1:e n s n as r:-.o: ri "I, 1,n n i zr v�I--r� '41 Mar.hcl,-%, -Im a r N' z an a r :3 a nd +a'--ilim k,ias--er) e pavemer" Pl .',ayer, an d %C- 21) SlLmilax-- ind 1' A LM 3 3 7:,*'I H'DI Z' V I i�r iAv.t e r-rn::n I A A: :I 2C[? WA190001 Modification 13 Federal Wage Determinations for Highway Constroction 1 j7 1 I,A!,1�7, -,P A'. , pr,3' -n', . . . . . . . . . . . . . . . . . . . . . . 7 1 4. . . . . . . . . . . . . . . . . .9 . . . . . . . . . . . . . . . . J r- L 1 Ul M F-, ':N, E-.'7R--TT, 3 M 1 N N rr, h r 11 1 7.' -7 t L7, 1:1 3 -"1 vi n W i G t. tP3 L C,,-1t-7 1 i IT I L7 23IP WA190001 Modification 13 Fedet A Wage Fete:ri iindLions Fut H ighwdy CuriAruction 30' WA190001 Modificavon 13 Federal Wdgv Detei n sii iations for Highway Construction WA190001 Mudification 1:3 Federal Wage DetvtmindLiuii�, fu) Hi,g,frwdy CB tistruLtion unvoror; Tryj'rr. �01�tan . zad Oyer.- 11 Gj at 37 Yj:a :11 :, d I 5T%v 1, a.nt� waJ ; Fal �nr ant 2 Ckqv -1 Un Sao; lrAo CEO -mot inl pyans : ! Fawsar; jr ;AMOM !P-YyS ;r& ! raj :djrq pit' nonq1w'' looms; HnZarm .to WAVO WOZAX: Qov- L 1: inas viy�7- rospirm -r 57oze zior as Level A. A 5nPlile! wir ! L70 P� yr-nins ! i- 0-11�.nlnr yl-t a AWMI�31 ""3plssf KA jartharrar; : 1SA:rx1M "ref "r1r: ynnh ' &� 2j, AS! - 4j1M1r; NazVown (c4n :­ne b"MN Y-00% wir !4V wye:, ,"Ln3 �Omh;ns% llr 7: Klyn PEQW�1" air ind wanar 1,,l in! ! "m 13ndn. 03� , qar , 70, oholny-70. wwnr hlawty: , V40jum U.101001 ; iuvsnm�ii: bre3kon; pipe ! OYIF nyd P.pQ Pon Hrons; Pipa F-�irnr rro� inner' vypol ; ; jpy Kcippes; Rower j5nKs; KoArwij SpikE WAY-inwor; Raker-Npnall ; Fl�en 3�n�­ PrAalf; 2LIPor WV-, 20 LM wpi-yane7 wyj ; lnrvy, and simv.Lr 06= 1 1, all sn'J, Can "Pylyt&0 1101 ; 2imDOW PuVSWn-WSw1! 111=0V 5nW1=1 0"1 ZLIKK±21 ; oral& !.nor pwwwy; T 'syer Opoll: 1; V1hrA, = ; M ! voln: Aoo!er j5c�� 5 : lais�yn wrAvs; Mjno! ; Morfirrz s�A HM. ar�3ew; voViermai; doznvdo�s Wisve wykay ( �o,A A: vi �luyy a iAlly oncarnAn' -s 1 w W"A 1 sel: ­"nTAk"J, b-*AU :,nq ipparavin a: . iA o : . ! - rei . ------------------------------------------ ---------- ----------- 3 2 WA190001 Modification 13 Fpderal Wage Determinations for Highway Construction 33 -4- F '-A 71 T L 11 F. ry A All,A A . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . � . . . . . . . 4' . . . . IJ . . . . . . 010, A LA,' 17 CA7 1 Man; D A P, z -s 1! 1 3 J T 1- T l 3 3 WA190001 Modification 13 FteJet cil Wdgte Geier mirldOUTIS for Highway,Construction a� I e witvp °�� _. . a !# _ ,°. ►�r: "6111 .as 4t; Iit, �'' 1 toes .or moxa;" to on pr ; mi. Sz=h Cvttims t r pv�*w r gpli -A O ry f- ',Som @z�d , r� T.. . V'x �l� 'vf 4�1 'e,). 41 r' `% o ` rear s �� d t°1aa�Ing :(Vtt) j ° T .: ,, Ate° � . � Haiti . bktt-La$:" °-- 'k t. 'd ew uildetI ,f,. " Cpm _ ,�e ,# O, Po ,;AW, Blottit1q, pt . . . . . . . . . . . . . . . . . . 341 Patl b WA190001 Modification 1.3 Federal Wage Determinatbon5 for Highway Construction i 3 �, s;R ... m7 WA1.90001 Modification 13 p'— Federal Wage De-Ler-minat ons for Highway Construction V 36 0�77 G�Vnnvu hawyov ; aale1j; AvLezvoy AwIlomen: WLQT&r; KAAnnn MA"ninw; % Axl CI­ 01 ; Uawk 400 700,01 ; G = _r: carpQn7nr 70ni0r; CemerT OrY00Y lenu0v; :-Srqw 11-0sy Or DQ MUK; V.pp' nj Aw ( inner Vo Lss , i ; c-oner set-on; cE_izk reNder ; ovoa�-Ip Labofew 7w�rolv F"Um x1vipper ; Tw: nq Lanni,: ; .0MA171on 1wranki- 7 aqd MOVI "; lwzallriq Varnw-i nwwrial ) ; Vi ! A Dijn�i ; Winj Wis7p; Firo Gyadwn: rl! 04alwh; Form ;Yt7w. ; �awlar saskv: ywidors; Iu- I '1F:- --I r ; �r 1 MYTN; M I Zn: IZ YLOCt Wr; K I I j P I N3��E NaLvicL Lawal 0 "Sw a in"Milij ""splash A"K"" A' I air P_'''rlfyneopirlowl : pv�swr; Numial i3rl Tersor ; 7o- 7eidvi ; Pin far Foriv ; Minns; Awa4 rarson; 31 ,11 SPLS �ev ; !� Irkal WrSo"; !%Oak Filer; loppov ; 700: ronn Raq to! jib swal ; Awk vpvnor; VIS". Sow— Amew vklypnq G"n (.v-: 10 Ihs. 1 ; V�ww- swylw ; c :-0; Vve :%V"vwI0%' 0 Qywya! : ; cw5a- :12 TJV A11141: ; �111 ! "POIA717 UpISM0, AMM:nA, Foli-I And T�-Kw ahw 5aw; Af6 to C%n;K4 : ;w! T.nnaiw P"vvon; lvnoiple5sor') ; n ;I .j:rj P . tonNw, t-inx; Hans: Z)Ai wAwo worn-r 110"-. B: mol saw� tIwP: rd: : ; FywzI:- I :n is �0-"! 4 . A FOPY1101 oil 11 -t r �-Ilyj 1- :­Uq.! � vn Wirt 1 �50 "Nulyst w ;17"HI ; jnly"anwo: ; InInInSAM Arry' wt ; mann1jTM" N =Anar lm' v* elv puwv, jydw :%771 W r C"Mo.ni' lor rL r.qn yfoss .t- 1.r i4l wi- or 1�' : 107rVIA a.„.. t OV, 7SWIV: 101, qL - Llw, 11” . SIr"' L isrel , whallm OPSInet ) ; how,11mr7 9101cor; KPS 3YOV &A A"Axz; Kv Pon 70njer; pipe F-.1p-s Innt ; .v - nypol ; wy- %vippen : ? ?War jawkw pa : .V00 ZPAY KIIOI -F �W=w Faiom-Awpns., ; Kivw% h1pozi Kwor 20 'U .' :Yfoalar 110=011j ; Ampol aid jImAt &Vlrzil , wy no'J, jAs ye-vtow too.: Thmopy Mjqol inTrom 4n-'' vz .kh�z ) ; Tiacn LinnL Pwou; T4qq-! rpnow .f; VjkTt4-:; well 1=1 lJoyfe! 1vowy 1 : 71: 1wr K01yew HI ! ... ; P wonr=; ho-7:nNimaq; Kw1jrVIS lisle Alvj�r (; �V& A: w .11wo a flAly S .I: wnt S hrwa7frma apraracjs or o =I � od m ; 11M . 36 WA190001 Modification 13 Federal Wage Determinations for Hjg�iway Construction 37 77 7 F, N1 ------ ---------------------------------------------------------- lt. f7 -N7 F. ---------------------------------------------------- --------- ------ 1 2�N, .,;,Ll�_- ,L U--'j"I' A i f F, 1114 F 2�L L, *�AT, F I L:�- 13, % 1� 'a A- ci . . . . . . . . . . . -T . . . . . . . . . . a r� P3 J'.'�r "'i U "a t- e,,--1:K vim' L- -------------------------------------------- -------------------- 37 g WA19CO01 Modification 13 Feder A Wdge Determinations for Highway Construction 38 VLA190001 Modification 13 Federal Wage Determinations for Highway Construction 39 WA190001 Modification 13 Federal Wage Determinations for Highway Construction A 1 L A L W 7F 40 WA190001 Modification 13 Federa( Wage Determinations for Highway Construction 41 Q�Q. y wr Swor or jenra ling M370, anw :annw; "qmpstntn an OqniprwL 0 , Si2ey; Wel lnmvs 10 a". ; FlOwrly 3p,eDdaz ir 70- or : -I Orna�; in A-1 A yl-1- Oi a- so, io-! -7-31 lei W MV.On ' rirepwtirn 0q,,qn-7 ni w7 "r Ky ne,efi0s; Lamle! Arner, OrKer RwaWly Glir 's! wold 17 Insdinw, nii VA-Ploczng if manorwaO �r );v w7vj ; -A 71S; . Aw�: DK707 7f �Vnylmnn; T:3%S: ; WIX on! won or dw%�. mix 110uns: Syet 5 Co. Yin . and i%AUTra " 1" . y5s , ' VA71 ;r �rA :Kw; saint Or. :K walans ' ryind Sapallry) q w 1 :* ' , 17 3 gd! : nw G&TO 0 : AMM-nLl Nil -wo Wst ­bavor Q- 1VOT ; slit. "" 1 11 Va" in :"MV3, 17-1wilra AOMI U aw wyll Trwnr o! aamw�nnn iver to 7u , y1j, :1. !as. Ay� : :AIIW Ourp 51-10; Orpol. 1werny; Wiwi, mix and w-, in wy 1: jco: yas. Onj 'Wwwo5q 11 1" yls , ; 11 .0'� KvPa�! Wn; UVL , !tV ard MOM-UL 1: 00; wl�OL wanzF Marea naFaonnyt Ivor 4, 100 IT 1Q, )UU Ul"T -IMPS, lqU1741r ; 1001 -TrVoKa 371 W= y �Pwreof : �7er � cu . ids. ann incl �ni-q 50 w� . yQ. .nOLAIWI Aw=;Aie : Dump Mons; F, L- GAard; Trawiv Mix a%! SVf MV WX Ty "4..., oval 11 :U . ;jS. S1iruAodlr_, 14 1. ; ;a . ; Wa V; wayn IrAr"S 75P30t!yj nvof 1U, wA, Wiwi 1, AM. Tr.-w, 31da, ntm ir , ji-q Inj Twj­ q 0� yns. k : zIc"lonen Asrp 1 ,V7, 1 : CO.K --MAn% 3FY.A400 win AlIxt. D: y PO-M, A M X -Finkn; � MTh,- 9- ow 7. " q . n iwrwos : over : j i" , ?A. wj onninknat ho ,! j. qjar Arrv. 111-01 OVA? 1 . DUOU 7: 1,00, I.A., 4. j JKA 401 .0w j"MPU, iq :Tnd1q '' YOMI Tnj7k; Ini 7tylin Ot Qqrr ;L : am-! Q 11, VVI . Ins laVullaw Aj =. 711. , yno OKI in, 7ru ;U; 1LAn7c: w! jf7 7YOOK lnwohnnt:vi nallq;701 ------------------ ---------------------------------------------- 41 WA190001 ModifiCatton 13 Federal Wage DeLey'rnindtions for Highway Construction C 1171 1 r! 4z- m X, x c i 7;`...i J 42 1 WA190001 Modification 13 Federal Wage Determination for Highway Construction 43 C tw a , 43 I .a WA190001 Modification 13 Federal Wage Determinations for Highway Construction ir r, A Y TI PUT,—Try a WA190001 Modification 1 Federal Wage Determinations for Highway Construction 45 4 � r' WA190001 Modification, 13 Federal Wage Determinations for Highway Construction 3 1- W- J J 46 WA190001 Modification 13 Federal Wage Determinations for Highway Construction 47 sz,-3; f 1t7a- and -'a--es -,n.7: Oeer fr,)Pj-d b- fci tLe_ r r, f- gi -e:i o v e r.�,J by L h F w a rj e e Wr:,e t I `:.f1,e -,a r V,.1.-31:" _1,7,2rar4 h-i e 3 'A, t Cl Wer... Id, p t Er'-a 1 1-1 1 c-,q t n :.i U rv4�,v E)i a,"r. -2 L�_I 1-1 C 1 sr8-Is J_ L:1. PLUM r,t-,r v:,.. ,-In t-i f.,i f t,le e J e, f z 1 a 45S i -:-,7 a i,Dn, W r. _i, +DCa 7 r1> 1 j m o e- r $SSS, e i whu r e J $ I..CJ,1'1F L e P"L%1TMt,e r s -1.(),,:a_ ID 193 in -�ie x am o ernai r,,-)c-,s r,,L n 0, 1 e t.f I a,_ I ve d a r"a he 'n P r -Va WAII-e, n -a r. J t Zat r an 4 In r :a�`-oj Laj­r-.J a! '. A.: �U,, A V,C r 3 CA r e- n r j tl 'Irk ",n fa .e S E,x at n c, SU LA2 0 w 2—10 3 211$-1 . n1 i 7a �z e a nu c,'!7 e nvi- ri j r J i�J at f L 2D fa t,a--es til1 _ bas—d. ;h� ri-xz VJiJ , 1 7 1 %be U t!c- 7,olf,1r t i or, ra:es jr[der 47Q , WA190001 Modification 13 Federal Wage Determinations for Highway Construction u� a � o , x �1CY WU'A190001 Modification 1.3 Federal Wage Determinations for Highway Construction 49 M . 1 ' VO WTW-f 77 -MM q"0511nn :C 1 . 1 !q ;Cn, ' LOP 11, m1promed par7j 'rhos" affeetw3 cy r4w scn: vn) 7an req�vsl V001-w a%a re -vaAsca, ion f -om ire Wage and F7 ,r 071monranDl- 040 24 �"p "I 'To 41-1 -) Writo tv, higy AM! wq: Anmkiwrallr , . I. vtorimenn �7 ahQ:- : wc 7"n5nKU%I,n kv,nm. N.& washmquar, X Tne weluor, S6.nA.1 be an7VMP1ev NY 4 3 .11 S- aTenow nf inlyrazoll pam, � powAl"n and by wy �Q-maujvv paymeal Wa, prnjpv� mq :s :j7Aar, azaa prov : 7e wa%miA , 07� . j 1 . ) : 1 rna wa.z . ), v �no Almnsirra, f w n n ri- man1m, Ln7w%3000 pal7y May appea! 11 'eW711 t ) Or Roviev Kata Uormotly Ono Way, AppxU3 Bcordl . Fri n � : Adwnis7ra:L-e Q"viez Kamj Deparnmom vz lanot 7wW71=11up Averwe, N.W. AnSnInvIv2, 3C 4 - 1 All W A410nw V I�e AdmInIsvrn!:v0 Rev:vw Mail "Em NFA , 49 a o VVA190001 ModAwwon 13 Feder& Wage %terminations for Wghway Construction City of Federal Way Contract Provisions Citywide Adaptive Signal Control System — ITS Improvements— Phase 1 & 2 and Phase 3 Project#202 and 216/ RFB#19-011 STANDARD PLANS AND DETM LS SERIES CONNECTED LOOP 1-2 COUNT DETECTOR LOOP 3 POSTED (DRAWING NOT TO SCALE) SPEED (MPH) S1(FT) S2(FT) NOTES: 25 -- 105 1. USE XYZ LOOP NUMBERING SCHEMATIC, WHERE: X IS THE PHASE# 30 -- 140 Y IS LANE# FROM INSIDE Z IS LOOP# FROM STOPBAR 35 -- 185 2. USE 3'X 25' LOOP FOR BIKE LANES 40 115 230 3. PHASE 2 IS ALWAYS NORTHBOUND THRU DIRECTION O 45 155 285 04. ALL LOOPS SHALL BE CIRCULAR w O ~ O 50 195 340 Q _j p w w U Z Q *ADVANCE LOOPS ARE NOT z p REQUIRED FOR TURNING LANES - Q &MINOR THROUGH LANES O O _ 3 3A `9 z B z 3 p - O w J O U U) � w 2A 213 I � T 1A _. 1B C-0 f-STOP LINE REV MAR 2011 c""co PUBLIC SIGNAL LOOP SCHEMATIC DWG. NO. SMS WORKS 3-44 COMPONENT SCHEDULE f METERBASE: 100 AMP, 4 JAW, B-LINE U264 BY-PASS TYPE, STH JAW AT 9:00 POSITION THE CONTRACTOR SHALL VERIFY THE SERVING UTILITY'S REQUIREMENTS PRIOR TO FABRICATION AND INSTALLATION OF THE SERVICE EQUIPMENT OPANELBOARD: 120/240 VAC, 100 AMP, 1 PHASE, 3 WIRE, COPPER BUS EATON BAB BOLT-ON BREAKERS: m 1-100/2 MAIN 3-15/2 ILLUMINATION BRANCH IIJI 1-50/1 SIGNAL BRANCH 1-20/1 GROUND FAULT RECEPTACLE BRANCH 1-15/1 CONTROL CKT BRANCH 1 r 0 CONTACTOR: LIGHTING RATED, 2 POLE, 120 VAC COIL, 3-REQUIRED TERMINAL BLOCK TO REMOTE CELL _ 3 PHOTO-CELL BYPASS SWITCH, SPST, 15 AMP, 277 VAC s `�= 6 a O GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A 3 0 O a THE METER DOOR IS REMOVABLE AND SHALL BE HINGED ON THE RIGHT SIDE 2- 2• .� 2-�. CABINET: NEMA 3R, PADMOUNT, 1/81H INCH ALUMINUM CONSTRUCTION, TYPE 5052-H32 6 2 SCREENED AND GASKETED VENTS 24• 4 DOORS: HEAVY DUTY WELDED HINGES (LIFT OFF TYPE), OPENS TO THE RIGHT f -fi- 16 STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR I BEST CX LOCK ON DISTRIBUTION DOOR POLISHED WIRE GLASS WINDOW IN METER DOOR m CLOSED CELL NEOPRENE GASKET, CARD HOLDER I _. FINISH: BARE ALUMINUM (MILL FINISH) OUTSIDE. WHITE INSIDE UL 1JSTED PER STANDARD $SOBA SURABIE FOR USE AS SERVICE ENTERANCE EQUIPMENT 7 120/240 VAC MEETS EUSERC/PSE SPEC vp {I. 3W ti METERPHOTO TOP OF CABINET VASE Fl. ELECTRIC ALL CONDUIT TO CLEAR CELL TOWER CENTER BRACE OF ualr CABINET BY 1/2" MIN. CONTROL SEE NOTE 5 TEST SWITCH 82" MAX ANCHOR BOLTS PER WSOOT STANDARD PLAN LTG GROUND J-10.10, NOTE 4 FAULT SHIM TO PLUMB RECEPTACLE J4 HOOPS �i y4 BAR EACH CORNER I 4 16•-20" " F1" - T, SEE NOTE 2. — 7 SEE DETAIL 3-41 FOR GROUNDING REQUIREMENTS PEDESTAL HEICHT WIRING DIAGRAM MAY VARY SO AS NOT TO EXCEED MAX. CABINET NOTES HEIGHT AND ENSURE 6" 3/8" DIAMETER PLASTIC PROPER METER DRAIN HOLE I PAD MOUNT SHALL BE CL. 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. HEIGHT BETWEEN 48" AND 72" (OR 2. WHERE PAD MOUNT IS LOCATED IN OR ADJACENT TO SIDEWALK, TOP OF BASE PAD SHALL BE FLUSH WITH CURRENT UTILITY'S TOP OF SIDEWALK, AND OMIT CHAMFER WHERE PAD AND SIDEWALK MEET STANDARDS. BASE DETAIL 3. PAD MOUNT IS TYPICAL. CONTRACTOR SHALL USE CABINET MFR'S SPEC'S TO ASSURE PROPER FIT OF NTS CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN, WITH PLAN, ELEVATION, AND RELEVANT SECTION VIEWS. I— 16 —I 15" 4 CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO PAD MOUNT ANCHOR 1 5"I I�� INSTALLATION SHALL BE AASHTO GRADE A307 HOT-DIPPED GALVANIZED Y2"x8"x2". 6" INSTALL ONE SPARE 5 PLACE SILICONE SEAL BETWEEN THE CABINET AND CABINET FOUNDATION. 2" CONDUIT AND CAP; OTHERS AS REQUIRED. 6. ORIENT FACE OF CABINET DOORS PER PLAN. 24 7. CONTRACTOR SHALL COORDINATE WITH POWER COMPANY REGARDING SERVICE CONNECTION. #4 BAR EACH 8. CONTRACTOR SHALL OBTAIN AN ELECTRICAL PERMIT FROM THE CITY BUILDING DEPARTMENT. CORNER 6„ 9 WHEN SIGNAL CABINET, SERVICE CABINET, AND/OR UPS/BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, REFER TO CITY DETAIL 3-45C FOR FOUNDATION DETAIL. METER DOOR MUST OPEN 180 LOCATE CONDUITS DEGREES. CENTRALLY IN FOUNDATION 10. PUGET SOUND ENERGY (PSE) OR OTHER FRANCHISE UTILITY POWER PROVIDER'S STANDARDS MAY CHANGE PERIODICALLY IT IS THE CONTRACTORS RESPONSIBILITY TO ENSURE THE CABINET MEETS THOSE STANDARDS. 2" UNDERGROUND SERVICE ENTRANCE CONDUIT TO BE LOCATED IN CORNER (WITHIN 4" X 4" SPACE) Rev MAR 2017 PUBLIC STREET LIGHT SERVICE CABINET DWG. NO. F; fj(E 1O Waif WORKS 3-45 z N DRAWN BY LISA CYFORD TAS om mNm op o-c�DiOco 0 m oo �r G) mm THE�FINISH D[ if1E3E �I oBELOW M C. m00 z `"�z��pNmz ?� mpc m0 v �[3r'� mO.Zlr _ m yN3 mT. rCNOOC ZO „Z mj� Zz a O.m -1 MAX. � i xNx mmzv OZN�17�xO >� x=az O� mm D30 C��y. ,,J �(��112"MAX. T DD� OZn�p mOG_N '^2 mmZ m� zA CIZ m80 �'" m Omm�L ���pOr�??� D Z N 1 y Opp a m y Wim= =mx?om<oA 1 �"� z- mNz :• aOZ 000 {ZN XmN 1 N O m p o p0 m ----�--- n x MIN.:. N w './' Yui �`e z-<Z O U I N m m m c N mp L ,n m� <y O 2 z N iJ�T m �I., 1 O� m0 D N Cr pn 1 zN .' Z A m? x D z 'ti"'.) +J om z= Z- O = I om .�' m to j� O o �. r 0 )cz O0 ��- a r m- Ov O-1� �cl I Vm m O r� N� z O aFan G7 m { (1"/P..1 o zz aC) 1N m� xr Z m 5 AN L) �m ` o e �1 x 5� N =On r d ---� ov 0 m �- 2 O Z �� v x x z m� of HOZ m� ` K SEE #� NOTE 14 �� a n '4.': S v RIN D Z0 q �c�r.-•I+ 3116„ �'\ m m G8 mom Op n � F NO 24'1rtf741irilPub BELOW THE y r ;03m U z o 5 t. .. ... .T. m 9 TOP OF BASE COURSE m D m m B O o J m sm 0 N - '°” - V� m MM m N p m m z m m c l o m D MARK ----- Iru n 0 M. MO - po 0 0 .f.' ZO ZCO .�' OD D O O rzn C C L M < N CO m o M .• h � rim cn no oa OOz a F m o v C xqq '• A m m 3 c_ J c. a m� m 0 A 4 o z * m v o Z m C m 3 �m o_3 �' m S� V p �m r m z i - m m C) D nJ m C]� m m Q ' v ri �.o v z ~3' = 3 Z j l p < Z ` A S m C C O O O m m N O d �� w m z Z C m 3 X v I D C p N2 - _ \m �p m z z 94 0 m 0 I r p°a po - __ A 10 X X m N O 00 »i7'bL9X. m °' 'a =I X m I m -i c - mN m 1"MIN. -mmapNpvpCmC7fdrlC�s2 ml oCJ CD X m Nm > J ZO m d d 3 N f Z ID CD OC N O ca`ti o-y m m sDN m FmCCv 7 - m3 o d �7'm»� D m z T m m d- m =C1 J J'C� aJ C N m'S m ��. Q N 0 Z -m om�(((pppp =C m-. p<j=D 0 m 0 � N N A O N O O d= J J m .�3.Z N CO(// d J J (�.J-. 3 7 p ��N? C X p CD mxms 2T-0 m?0 a ID y o ,�� nig- a J m 0,�D3ic�'m°-' 3 3 ^�»m <OM CD' 3� mC � T $n =-� m c N n 3 J a�a=sa m .J-.5 N `G Q = fp <m n N j w ? 7 N ry K m d? a m<S y f (m(]] N m_-tc 9 d m� 3 v qw> m o -0 O CON N p3j O N d C N °: 7 j n J Od 01 J A m o m d d£.N m N •-r �"a �J� - d Jfo- cm3 0 0 »_. ;ohm c.-. S-3-s_.m m O N m (-) d f71 C f7i.7.. N O J (D i m N <7 G) -�2o Q55 oCD0, » m m 7o i.�D�s 3 �T m om'7'aa� o m om0, L 3•o F�.a m m ° m o a Ao m cg d?, ^3 m f yam ; ym =m m°c c vx0T mJ-� mem m .F °-' N xm .,-ao- s m vm m mom;»m'' x Mm , G) m r fll^ 0] z0 D O m c N� N m m �Cl fD m f m V m m N �_f0 CD C)CD 0$0 L)•-•Om >D77Z yrr D2 m O`G d N d0 m`Z3 m m v m �Oo Q m N O� < -'?ado J m r7.0 x O N x m N 0 r 0 C % m m< m�..m-. N d m m m J 0�OJO m mm5 y$�� Com! m�c IIIC 0 U70�m m nN d m m p .O-.O m m N 7 3 d fN/�f0 .vmEr a X 8mm mrg2m 0_ zpm� N m .m O xQ d f Er m m X 0 °° F N m m m z am m m5 0 �v, .o O m- mo 3 Ommo yx ZN �-• mN0 r0 m yR c "< -0 0 �m j m - Q J D 0 C U_O .J x Q L70 o v� uop mA z yRb'io -fg <3 mm o m � mm m mQ 2. m2wmFm m0 AD o �_.= 3 mm m o_o m m 3 m d� 3 3 J dm m V� cm m � am m m o m 0 x � 3 Jm° �- m m n' o� 3. m »F 3 0 C�C]7 j aS m`mG IO m.J-.= O() CD j > > CD 0. �c to"gym N C D 1 m z d N CD m W J J 7 J 7 y K N m N 3 ,J d 2 N y T� L m m C m(O m m --' f0 N m(� N= Ul p m m d ' VI x N m n 0 7 m O m r 7 m O m 0 A O m°1 N N d 7 N 9 j' 7 r x n p=» dm� Fco c ~La a m m x 3 r7i m o(D av n a p0 :I=n a. mN m� " ° °' m 'o m ��u mou < w N o <D y S fJ O o m u,o F<d m o Z C �.OI O J �C y N to N DS N m m CCD m n d�7 m C N N a �ydTF1Eb ommo �vJ O m mm o m a °s J a a r f.amfm_s o C) x Z/� �� Q maNa m»o 'vnm oa o ^� m �m o mEr;SD fo a om `C) ,y ST�� rx+ n3c oy Frx Q. s �f J »3 0 m d m QVC �$ A 0Z.j� @0CD @m m o v m 3 mm m a m �111Zr o` syn Lc- =O'gm mmw f �. = m m 3n a m am�`_�Jd<3 O O _ PP C1 7 0 N N m Q d N € UI() "t T� p m g g a m c_ `o �- omi a o o CMD fD d m N D �� c 1 ^' 3 a m go- 0 N m N m 9 c = Z��y :"�► cD a) oho o- o 3 -:f 9 3 m �3 m Q00 8 �= fm m � Dem �f° S n fm �m 7 c3 D Z� �• .�� d �m� Qm❑ �p� 70 m .d m m amd3'y m N a`�.;.... 4< @ R (Cpl JN 0 m m o� l E d mJ� Ns ' z O fA a 11 ,:s"� a c 3 <O D o d m f d m m o m o m m m 8 L �D/a eve ° CD3E nva �'»CD cn w g an R- E a_mmmac O /� CD J_00 O m 0 N m n �' J £.N d =i m C m d gm A J d m (D DRAWN BY: LISA CYFORD i 5 Z sS O N 0 200 UI{mm- ,lOj foil? 20m N� 001 ?0m ? p ON rmMDz Za a =O �m11n? ZmN mOT O Z>2 ml' y m x _ TmNZx OOia �_� C] Tomzx 001c D2� <w 2Q 1zw m•= �Ou m �Ou xl m mm M> mr �Z T Z S�0OZ Oma U�loO mm ��OOz OfyQi1N N10� r= mmm Zr0 L`' Nw Nm ? NN M 0 Cm2 7J = m0 I m_ rG oOly -52 zNm N � rn T u m0 O N(n r. 00 my > vola m� vz Iv .y, S(4 mQp 'm mC, 0> mz TN mm mr "z� L]yN �Im Dr 0 5Z �- -- 1 m n I m �2 a a e m i m T, M o IJ ,.+ I'm m m MCI s 1 _ �._ a > r - f F '^ r �'m I�gIF r 0 f �'_ •,7 m lo Tc Cm Zc $0$L mn(nfnm N m=ern \ 0 x mo r Om / 3 ^Z OU)Mx m mrDn' m'n A' 1' �Thp x' ?C NmmQm O lr � 0m _CI am v'Z2T m0 �OvmDz� ti r m '6 n0 O mx N � 0 N _ rn 0� . ��� .� mor DNSN' p= Fmu ^p z mT D>N 0 z�cO o 2 m mmZ NO j Z1 �:[.r�l'O - I NZN Dmo m o�mm Tm = m T Z? QN mZN Q� F; z_ rp 'aO� r�Z O 0-1 N -^t = D #� O N G,A �? oN ml^ 5mF > ZZ m z Z I z m m^ "l.v �p� z �"a I pm zz --m >�= m m - z z 09. a D^ T1 <� tll> m= TNmm OT z z? '� mm N Nm n mtO06 1 I 0 z ma �z m O 0°'ymm mm O« N �.... >x = 1 m m0" �0 Am (n Tz NN N?m OM�m m0 T _ 6z mz� I 5 z m °f �z 5 0� m D m o M >mQ mx a ' mM - ! BIZ oZ �_ _ � mz r n O iI .+ 0 my zN y .'i _ ��' -.1 z r m �. fiffiff F 1 nmm ^ mN��� �� •:' i7 Nrr <mZ NN p ;� ..! m� Z�mmOM1 �r m=o <,., opm T1� T Z> &O1 xo �3 tam Z�c m puri 'Z ,:r: a Om Z o� Z �x ,., 5_l 0z„ 0mv OO �D �Dr aDNm Nr ` Zz O Nry Mm TZ-m m2.101 ��A Sm Azm zmV� TOZZ mr 031 �o� ma zm0 mpOm Fc ym '{ ?cn ^ n" r '�U L Z I .110 D I'- >Z>mm ZT Dr = 0, z x O m02" p mc;0 D<no m0 np I Nz �zm OY i m c D-D R1Z`2 SNpQ m� Tm A D �2 Oa O I T Z>Z� z 3rmr z0c N 0M ^ Sx 00? Mf 200mj O 0 nGlm Yf8" �.J 314' N m- r pv z m> mmx p m 'MMM .gym zm00 mx 0S x ao oN_o; M. -n- ZT �p D� .u'.D xm u m O�TIZ mN m=Z La 'C') r yy > n r � xp mOnZ m <I a �Nm O� A�� mm Nn o F= ? 5mo 03 cmm ra z mm 0 v O oA II,,n 2 m m0 .ri vON N m Sm �o 1 = '`IC m n _^ z x M z m X z D 114' II�'1-314'' D x vl Z 1f2' Z z CN zu D 1 7 aw � m r =1 m n Q O r D'r r Ir C -1 -,, OD . N mm I • 0 m•� �,�._ ! _oro cnmZ OOSSM-1 _ �� ml� n.= m - m a.'O .•,+,•' D, O" 3 m 0 W> o ramo 00 .> p z z zm O �D �'� z^ Ono mZ S+ r '1- mx z mz m m n< .,. 0? w 1l V4"M. Da m OM Qr 4` ox ma 4 OT I x ^ m 3N m ra ZO m m h•-NN z v ro m m N` .__..J p N v 7 = v? x �p m vm z �W _ _ = m 1 D5 CC> m0- �m m '� >.-. 3 °i M rm zN m 71... r fail r D Z x N z O = y m .17 Z Z y O ZDm T n m V ", m Dry = z z rT A Mm j' 0? z m 52 mx I �D �! N 0 /1II 2 rA x ca a01 ,. s m 411-0 m N CVC p �mZr a I. , � — _ Op w_mnxm �' Qm �yO r X41. 7 IP m :Z*-1 �^ m ^Iz O 3 c m = Z i y {Y..'.r _';' (7 A� _ } z DZ DO��Om ?� x r m `pp O {'-• 'c 2 �D ==zzv �--. Nz:m c1 -I a D — 1 m >� mNO%� mz 0�_ 1/4" N ANZZ Z a< m z o>= Q G W " •��l n z t? C m N- o o r x 8 z A e4d m Nm-m m� m_omZ ^� q O X OvZ2 z C > D m �x DRAWN BY. LISA CYFORD �...� 0 00 B 2'-0"MINIMUM p o OMOW THE FIN 'GRA1DE: z(n a B" S- 70` m O F v � N111X G)� it 00 �W r J mm z $ 1 m �. Z opm ---- - -r----�--I o fn �'• y{� `� � � n m Nmc -I I II_N1J ��� O O L :'N m rTr - - —a rrsADm 7 ..,� Oy Z (7 °I Or m - bvoz m - m - - - - - --i- -._. _.f_ _ .--'-- a zw Om I'+ti T 1201,I �, 21 mr D/lOi __1 1 L___- INP' vx - - - - --- - - i _ -- - - - r` mz - J. m A O� v a m C ISI Z m^ I ,. mm�x�-��� 1.. I ou sr2%- I ou ° O m v I z m D w o v O O©O 5 STUDS EVENLY SPACED C. C o~ 2'-0"MIN.BELOW THE w y °m c v C .0p OF 9A5L-COURSE m m O(Y N < x 7C o m sFMARK v av 3 � 3 a G 7 � 7 D w m W y O O D O O T W (Zl_l m m m O O C C < < O N t~ D m m m O O m m m O O O O ,Zmj ,Zmj m m m m m m A T T -j -f D D m o a m c z z z m m wm m z z o o r r za nv7i Io w n O m A X X r 2 z m m r 1 z O0 7 m n o m v v m o r m n' I O O o z m Cz7 •% '\ m C 7 C C Z D D O Z r Z m x X O ; 1 _.� vZ Q(n i z i = z o z f m = p v O �p m am o y `fI 0 II G) _ -4 p = � _ _ �_ m z -4 O 3 O z m �• .'�� m o o - --- k .� ;•� �' A; �' a z 3 m D A r m O O OD a m w A z Fn Fn- _ a f 111 \7 7 " I y Z w Z N l�J m s N A ^' O1 o a v x D - m N Nm m m m m m r , — m m W IV m D D o j AA 9 �^ m m7 DC 10 O tnrn0 f w D<c a m m fv� a m m9 m 7' C- 019i•.N N J-m 7 N N m so (0 p 3m-7 mm f 2-m Ia 5-5 ° 7m y�.7X Qf3o m 0 am O IO m y 0) Cn A W N z m �7OmD� m8maom 3��o cn �vm1 o-5nw,!.0 D -1 mD -31 cor y 3> m �y3�m moo=7 wmy WtD -'3m DCIM(D ° �m Imi� v�?CD 7- n - �v fn D �P:.w W �2 °xo Vl ^m n� o.. X07 11) w 3- ?? .m wcv o. co m ymmnwa =_,av,, ° oar°0 7Q mn allo ,�m F<3 coria 7 7 (n m� -0 s�gw a �mmm �'o°cm 7 3mn sz °m- �mm �° OE ON �- m m m 7 m1 m 0 3 3 N...7� C m �(7 C C m 7 7 m 7 m (noo, �oG= v� > aE. w e 3 7 a m m 7 �mQmw (nmm=� c � m (n rJioam W d�w3 wmc-i m �o �X j m N m 8 m N=.Qm m J 3�� �7'j O. m m �^" O J 7 O-m w w 0) �C C08rLa ) .mw tib 0CE . m�n O m Q d° m`� o-0 m mm ID m w d� sham° mC.0 �o m CD003 s m jS �CD 7 x y �ID 3 'v (]m C .mZ m n d �T C.m Cn S m3 Io o v alomTc ��� m c=av o mmmm co .� v- Cn m0 fes?. 3 v 7 'm 0 w fA m��9 wm y o �p f.a apo m �m�'� 2< aw �� 7 o .3 3 x iam o� cxT ro <w 7 ° 0 7 = m� 3 _ �n7,'mfm 7m5n IO a�mw 0m.?�3 o Fo ca rob .m m a Wm £ m3Sov Tw v me m 3 m m �' s ww mF �.0� m o Z Da 2c0x 0mm- amm�i= =�m� a Cn. m� co Irmo= - m g o o >= m la x r x m'g c S m .... zL Er m x a �� yl ?'�'lf;�F m 0)0_3 o a�m o I�?a'3 An o 3� f o es cmi C7� a°�Q n moi yFmn' �aam C.c m m. m° N�< m W o m S /a 3 7� m m_ 7 mC c o �n m m jib = ~' w�0.= w ml m O f O. - c n m w m m 7 ° C + m o m >3 f m w Z�.7 =m� �7 70 v m © - {-fl'' '1 �k� p1�� o >j.�+> j�y ac m a� UIN 01 g nm co v` i .Z°I � ' �� FIS `� µ'Y �^w".(n& p.m..oC Ip m]G)m NF j7° N Na fn(gyp NN �� T7 1 mm o m 7 7 Af 7 T a m °O 7 O m a c m o 31. i m i z A` Ate: ~/' '� �m7 m7 <m.°.. cl mm o.Cj �w?!�= ° mw N xm �a m o r m C C 4.,,'<, 4y° .� c�wir a ���o m iv=ox o�moc� 3 -m ° �c �- < 7 3 0 a P �Z 3 o m moot `m a m CDL m 3P m m C CL a m 3 0 mpti:ill'd rnoya ��o oho amn� m a 7< �o �°o �m 8 z O �� ¢4s�a 73m a<c°m om3p 0, Xs7 �v mx �� 3 3 N O 3.00 oav mw � 'a Adm c mo <m m3 m 9 C Z 7m v- wm'wmni �'a-CL �(3pJm3 "3_ o 'm m G Ow m mm• v I. o Q- m - V1 D a N DRAWN BY:LISA CYFORD m y T _ m f yII 112" m O m f., u m y z 05 �m m m � -_I 1/2• m� � cn ca I = n -�- -rte Z _, _x_ rE) 0 O< 4 r3 ,-O,iiZ3---- -___-__...- _. __ I m O m ` m, m 3 z m mT 11/2" lm m o Oz O ` T m IY u' mm m m `..z O0 m m _ m m MM — m �3 T'r+ rZ o m T r m. ? a �m ;m m ma 'o v N ?T y= f mZm 3 a D cc m x O m 33 05 s,m a, z,C � my m .y C 3 C mti �y O.-:A I rn a o^ t�r4 D w •ZM Z \ mm Z C Z y w w 1A1 = -74 J _ r m -1y � F, Z O rma _ O; 2xn mm y O /� m0 00 mO .-:._:� X _ �" vo S�0 zzm Nw z E :E "z o �z ~Zi Z3 m _ A N v X r z DZ m ` m m i oz mZ gm Sy rra• �^ om xm 00N m m .'' m0 m �z z= n O (=j• Z r N m m 'I G1 Z m c Oa t .'\.' oz mz Tm = c mo _ m ? m 1 .,Z 2m �z Z o= Z W z p �' Q Da - mAl f �I s fD MCrF ?ti m �) m N O 3 c m Z A� Y...', a mz 1 z1 NZ ;,\ ora az a m my zm m �z o� 8 O pew R .t 3 �3 zzm day cz0 z IV OO vD .� m z O Z 3 ^o o mm O Zr W m I DRAWN BY FERN LIDDELL wl H Z, m y Z m m 0 mMO arz0 ml� T OOZ O'z _ 0m z m>0 N y0N z �� mm22 ." zm z 7' ro — >{ —E— Z <3 �> Z ai Z O r ! O O - I ��'•i� mz N 1 C'1 m v U�+ Ex 36i ° j OO ° i �' => O 1 m m m N C u zo 0o m m f Z ,O X15.' -1 Z 1 n mz �y '^ # m �� 00 m mm ax 0 __.� r.� m m; �m !- nom mM m z ? 3"- y0 0z E: c y� N �- zm xf? >a o� m z r c m r "' _ �. r y a m M n x N O Gzi m (cn ` m m I m 'r �; `J CA O m m x 1 y z x2 z0 ��-� { Dm �Z Dm=mmo m 1 Zo N .. p0 0m tom m - f —�- - m 3 =z O c7Z0 z 1m <, m m- MO T;.� mm a A 0- --_ ..... ' O m D N.Z1Ovai '� 1 T- >n' D �D y y Y^fes m z m0 >Zm L7 t 1 z 3 0 zOm AAS � _. m� ...._..._.__._.... .�. ^'Z -7 r m n o z - m z m y Q z mm m m y _ y m m m m 0 O m w z m m m m m 0 0 O A D y y T , 0 n co y_ Z mD� L 9,m Z 7.z w v z m �. v -�rd� z z Ulm N m - < m m v 0 m 0 O r r n m ��,T m o m m 11a 0 c O r D =Do Z o m o g ain m J ^ A LSD O n w y xl� z z x:tifl O OZ Z D 3 x- m O y ',� .. o = RIO r z O OGD r < m :� z z 1� m D a m m m z C1 O A D Z D �z C< m� m x �� 1 r� �+ �OG� D o^'T �3 Om v� 0� Z UJB rn P' Dmm �1A `.z mo `,z 0 mm D O<D� v mV Ov ".A _.•I, __. Z �� O r' m t mma m �m 0 m `. s vom x I �m O m C) z • �m� y mm(A m mLZ] �pi( 0 I m O J A W N Z _ u O O.� � DI Z N N E;5 m o< S � m O ? o �m m -,3 3' 3 c C)w� m m�m o m m a n N ID a.� m 3 U1 A� a o �R ^2 f �.=3 JJnm�_N (D F.N X10(D C o'N(D O' O-0 c(D�3� \I' Z O Q o n a c m m a°. c m m d m m CL a (oma Ou)� d yQ D N.E 0- O j Q Q 0 _`n (D m 0 N X(D m y m CDS(D aya TNL•'p 3 m m m�_ (Dm '°i� =X 1 10 m 0 2 dl h''''��'�0; N r(^ m N Q a n m N r: ' B < m y m n-a �c m D Qam mEl o O •..(,;.,,�, C a N d N��. ��O J N O O 3 � r N N < v Z1 'O �.,� �l Q 'o- a .< c f/I C a f1l O N Q� -C y m \I Aa :. .( t� c- Q Zcm m Wim= �0 3Q°1m z m a 111omf. m °Qa vmo,m 3 - m Z OOS N yO3. cm 0 .7m m 111 �C: mo'-. �-° (D D •, -110 r- 3 N ►`.;.:��:: °o 3, m ��0 cmc w I � C, Z O a ��'R' .t3��;' "av a co m�3 oma o aQ`c y 9' CDoy o v-0 O f• m�o (''m c F.o ism m o�'- N y < �a m Gmom ° m �� O a DRAWN BY FERN LIDDELL n > STOP LINE i I I I I " I ton Al N © 1 z > O z r { y m z 0°z I woo c x �mm NX> a m z o ( i yr n z Sm RI y - 2- y > o a c . o > " `2 3 <" mm n o �o Lm > >5 " 1/2 CAHE 2 > "M(TYP4 N m a io m> r 7C: r VEHICLE LANE i VEHICLE LANE =z mm o� >1mO vc Im DO ?ZM m zr �mm.-. I m0 <TZ= > 00 2 > 0 S o � yam . n A 1 ym I z xc A msZ O f )M> f z r v>0 I o -1 vlm I M x� W 1c_ a a m < �, a 0, Z 7, i x m C7 1 z m I rm > .00 0 0 Mem '10 at ° " 1 c . m i, > 3 1 i p Dm y > m m N o r v " 1 y c m m Lm1 r� -- m O O LANE LANE rn CC m O 0 M /1jI y p � 9 Z Q m m � mD °�m m° o m m w W w+ v m c o O 2 IY _ d UJ IT UJ < �. f d a S m m m m Z "�. ao 3 F m ` O c 9' RC1 t'_a z G r •�r'i 'L a°0 x m ma <nn0 Y� -o y O m z N G o o — N m N Or mm y ? z`', 0 Z< O y3yr r m�vT yz<O Nvy �c0 CBN Z �ZCO m 0 VOmm ODD A� anC) y'0�1'lnl m x <om�^ M. _ _ �� zS mOZX N� MOO �0�1 0mi "mm�z ms mpyy o m 1 pm0� �mAGz7 Gzio r ;o0 •z-4mAGZi �y�c m Z mmol m m Cn n0 .nOy 0°Z O� m t" m� Foo 3�° -1 n MIN. Z d 1 Q wi Z Fni xoOmZD � vbs k0 mm y z p m 1 y <1 m= {O 20 P* DEPTH OF SAWCUT A 4 Om u�1 �m 25IB"MIN.-3"MAX. D . y0 Y N . -2y 0 mZ um OAz DEPTH OF ASPHALT OR Dm 5c) m m TE o s CEMENT CONCRE z d�n N=2 N ° < m y Gm 0 0 z f• cp ° n y G1 O _ O z n n zm= 'v y � Zr Dp O� yymm mm zml 0o m n zmoos s5 7 ma mo 05 N Z J _ 00 �`` IfJ 0 pl� Z O m m 4` Z .a - « o X " "o y n� m � xn 4 'o D ' am rn m Z ��, o o 0 Z 1 I o m n D -1 DEPTH OF SAWCUT a z z 2&8'M IN.-3"MAH. o o oor N � m DEPTH OF ASPHALT OR z m m w p 0o CEn' .r cot ��TE m..f m 09 n m o m0 mD 1 O 6" 1'"p.1 G7AG0jm Q m y zo mmmo m Z °c g o y �m�x z .: y. m ° OmO pa= O b 2'-0" MINIMUM FROM pr Tipp oZ Zx� I� �f o TOP.OF?AVSD SURFACT_ m c� o mn 9 a z x c c C) m�my apA�lmm cy nmo �mm m0� O' ym 1,C)m N I N UK m y Q A-aco Inm e a o �znM m D m z O n x 1 ------------- m cI y1 a II. v Z p 0 O Z � •h� ;;�µ�� � o CS y..r. 0 C3 C y rn m ,f� ? D y�ay �� mvAv Nm Co 0 p <y Sm 0005 = z y O t7 —_ -.��, 4 x Km mm�z o z 1 � - cn �m-oi-1 Z C MZ p L6"f - CE?ii C7F aAtVCUT orr mo10 mo ao won c'00 _ ._II �cyn 0 DEP"H��FnSrr,n��'CR I �z m� �zw C)xp pC mD TiD T i-c MEi.f l„C.tiCR�fG y4 �O0 n� 7 �N ORS AO AO C r0 0� cn A f N Z Az r rmm my Ty� 3m K� o9z O O o D0 mz om N o N O T N n En m O T} $ A �_ m m rm z0 OD m m xN of la 0*a C•1xo .o.Nm m �m y D� JO �.� oz O V f/1 NUl mm o.•c-.c o.m..' O. Fm 0-4 �!n D n 7 �•7 EF2< Er0 Of0 N-C O ZI=11 yN .l1 C) Um m CL Nd C O� m10N ,n.�0 pQ Odm to Q m (1 SN C J ,1lA 6}C a D Dn cinz R .<. n Z C AAL4 c3 -9s C v_ - m v 0 �d Tffl;'�R O rc3 1 > > f `'4w n�w rtly f•o 1,0 No_a m'" =mmO a -I C ��sa K `p•%'^��.IJ�r.�+'' 1 ^ti m y Nu a a mO ZO o(nN;O >.t-. CD A0- �a e a n -e. r �." ix i m D o o ?. mmm •m p1 Ev-�r --�� c m - - �• W mrno M Z0o a n m 9 0 -i s'1 qL" O~� n' m m a f= o d p m �R .Lhl O 0.J-..CD 1 [✓ (.� N -w N CII r ` w 3 CD G N A J m I OO r�� O M 1O D� j j m SIM I 1 i My T� �7J[<n Z I �J Zm y 'nAO m l r �N mpg x I i jm S I -O 5 1 x 1 _ mmz D m> �x n m mr nQ / i. J s�yy C v0 O' S v mb �~ / y myb F4 M 0 zc ./i�'�.'y minx npm[a-i O mz z cc C Z x ti If.-•1,�- Ho O -�------,. M m0 1 "_----I Mo cm$D Z N�=� \�` Oy C7 V C .-.oma 3 \ c Z D Cf, O D yl- g- Sm Moz O Acv vcn TM< I N bm I 3 v $Z n 6"MIN. fi MM. 5 M C AN mm ym �•_p Zm O C APPRO%. 11 MC ND, �C I go >b M o 1 p in 0C) c S2 mn MM M I x0 "o o mo MM /!' x0 co00I O o cm O O -i �o r .M o A m c D :'• o--: :LT to G m D m`c n �z m 0 n m`c n x 5 so z z y y Z0 IGI n O mm A W N O co m v m U, A CJ N r O DDimmof"c���� m��my am tnD to[n � o`C7 om-i E M 3r otn 3 �r wrn � O V CD m-O W fn ID .m ��O.m =N m m� �. EF C��'F{' m iz- �� N J� �f Of m� N N•yw '9 d N N f•=j C N.O d>�•_`O Cp= a g y N -,.m-N m S O N 32 m n O J O <d Z vC0_Q O m IDV O IO U o 3 O N C.. D.0. yb �..C.. Q m U1 7 CfOOVm-J_N-•VO.WO_N Cm V VN mN=NYC6¢]� N0yNl my .4O_.nm- J7�mN m 3nV COT V Vm1,O a=. Ocnd _Dm S Qmw-OmOWO J ocO < 0-3N XN= -0 =--a O � am3mC V iDS µ NN OO 0' C m mm mO �" N -:- w. Q JI m m N �=O_ a 3.O J W Z O -C O m O to Z o� _•mQ-^=< r3UT o c f o m m m ,QD =CD x O mm� mm ��J•••�� �o =i'� �'i Onry mmCD v °1 �m m cm mom NV J O J m rn ID d SO G,,," N O O. J _pC '�. O 3. O J T om n 3 mCo c1�• N°i O _= OI J- >fii N._= a -• y0 C m b n a �v d cn N O m a 10 7• N?.Q,O J GI 9,V o y iii% m o m m °: 5•m V T m y O C m N O.W=� O N4 7 N N rJ: :L.�. } V L 41 m <C N ��N y mmm Npm ya am c:�� �'.ry oy m C OL. n 'nm yb V11 -J j=�3� �N Jy Vm mm JOO u.V.7-•C. O C CJ mm �.N mmpT o z O N•Ji N a C•= m W J a J J J O O < n ~m.C. n Z C .� �O nm- 0 gnu n- am G C1 y�l THg ° y a m yam a x c = X m +v 3 m g , rn a 6 C10 m vfn mm NX3 ohm m N01 wm me < m rQ �' gT O� m m-a J�i a X `�`" 1.0 J'a m o O Z `'A ap �'T o W �, "'a �J'ma m mf a L o 0 o h„:.. 1 > ..]on h o m a T i;i o io o g o �• 0 5 a m 3 c •Z' J 20 CL u 1 n s .5 m Z o-� �;. d <: rxa m o �' m y m a m T cp n <- 5 o m C- 2 4, ,-;� C1 O'O J a 6Mc T m ?m v m -Z m f m 0 CL CL 00 CD D _ -•c 0 r �§ � �In 0 cam 0 g a@ n ; ` ( { ( m -1 � , 00 _ n - 4 ; 27 � * > § � @@ � 100 . ] 0 . 0§ @2 7.00 me a § )§ )j§ mG 2 777 Oo 2 \ \\�\ �/ o $k§ m; In )0 _- § !,7 ;o n �2 /\/ §§ ] §)% !] 2 ,m )\ ] me. \§ C: �T\ \2 <) .d k > �(( § ,\k §o - §§) ° j §�/§ � «(m2 § ))k) �§ mIn ; k kQ \ Sk § G . - Zk mm 9 ! 2 i k §] kFri g OJ% / ate- »2; comR g m §k 2// §: @ q _ oG ]T £ S X, ]�§ oq o B )o =� §Q - ; ® ® m2 °) > dk § § ——- 2§ o �__ §G ^!§ - n F «R 2§ - k I, 20 mG z) _ o z <ee \� �)00 0 \\ �\ &� B 7§ < \ j ... �2 ;)i _ . /? k §_ ^ � ;§ § § / In ""`�016' - < , In z z] r X22z ! DRAWN BY FERN LIDDELL m O 0 r ,c 0 mo,z al mm <m z 0 Z m m M -4 ZG) z 00 C >M t." � 'a Mzm m 0 > E ;o m cp c C acm0 z oz oxm 0 < 0 ll 00 < A z Nr 0 m ,a 00 V (3) cn -P, w m z 0 IM .3 "a 3 m (D d (D CA O 5 z m r M, m ..�-z2 0 so C= 0 Wo.c c .;a 0 < 'Da 3 z > 11 c M-< > 5-. nm m mv;�zo -0 M.g , �a. z Imp t7 @ m w CD> z 0 N :c C, 0 m co U) (D D -M (D '0 0 ID M W lb Q 0 (D (D Ol 0 z C m .0 --Iz. c ID (D 0 Cc:nd m W 9L a 3. 3 Ect CD -a. o< Z c K m (D s RL c og C0 m U) . 11- m CL 3 m 0 m K z A 9 �L �-E I C'S' m m 3 0 m f0.. CL 0 :2 N 3 10w(D 3 M C ID CD CD ID CL > o (D G) O T D M 0 c(D CL 00 (D o oar (=D0 CL 9 ID (D JJ a 0 oAl 0 (D CL 0. CD u a > (D 5' ID CD r x r 91 0 A M(a CL 0 =(D < 0 m rn 0 6 C, -i (D CD (D (D o 0 0 0 CD m < w m (D 0 m (D A > X w CD 7 (D 0 z 3 (D < w z N f � @ o e Yom` ► 7 w 2 - Q a z �Z d w o G N_ 0 D _ ��Ow o 0o zo oNx zY H Cj��7 J z x --Y Z 7 U W=0, Vii' P1 a a a Z~ O ?S~S¢ 0 z O >t1rTr C�C 0 4 rv� NY �oSO OY '• � Z G Z 3 W H 1� J wwj m T ' W z N J a 1 or 0 w3:<w y Z < wm¢O' yy 0 Mr...-1 - -r �pLLU r mr az v-w v V ..Z/l OL-A .7IC � i\VNm < ry \ c� 0w mow¢ 9-L O U %Z F j Z mg W Q z az ?S U Z ~� F Nf/jN� O N w ZOWY Z.Qw Mw a~ 1 rr aZ Z , " , aN f ; z r ,C NaO= 0 n; > Z rla N wo _ 0 Z 0 r J voY WE m o w i.>R i w - x0 O 0 xz UJ N o< '•'�" > -—.. J= �k 3 L—Jw _ O - x-41- Vic$ °IN jm U -PIC -A 0 ti• wzz �U wo U_ K w N O� 0 z'ww Oz� YO h aWV ,fi'x,•, wNQ z..- g N m Q- Q WN ` 2wa 0 Z N F Z Z U W d U' ZK (�J z P- Z_ W 10 OUJQW C- Wmo ZK Ow X �U~j�Q T y�x oo�o mN =gib°m3 oW W- ZU'U� W Z Z h >?w j QO@o ti0U i. T o •.-- H u�iw 4°q U 00 w Zz J N �� h N LU .171 ,• tom__.. 1130411 NN33 A9 WVHa 0 -L3 L �o `m o (D E- ..2, 9 Z N = oma Ln'= t6 3 mCC - EC COC ! ANN � •.;� O 0 z a m N 3 i a u E m �a'mn c0i � N a a >'� m NaR- mL,aY c aUtn 3 ca N N� �aN 9•\ 1 Q r ¢ ; syn C,_ m= d a j�� : mom moL0� a N 0 a N >i N C C Co < N C C a E m .. `YI _ r T CC > N ~m N >m a O .N C m O Ca) a U a .. �' H Q Q LL K w o rUa C rma oE� m E'ca �n Nry '`•. ,, it~'� •._k yFIL O O o d g d m m o v^ -6 �o m 3 N N O c° N d - Z W r ❑ L..m> NLO - O ,mt O { mN+N„ N3Lr NV 00- 2N d".. ` r_O O w j cUm aNN me ❑x v xNbc omo+m a LL.51 a.. '•.y f Q; S O L N N a N l6 v C O C > U N C EO �� j --.•'' <6 J Q '� _ .3 E L Ol N O N OD p- E Ip U N a C L W N N M -U p;`a`tV �� 0 ¢ L N U C N L N N j 0 -?V U N N U O>E L-O ` uNi w O`N O y" Q Z 3 Y_L_O dV VW O.I a�7� �> NN +-' OL LCE 11N`�N I� C T m C a r 0 C V) U m # N C a a Q'.' U a C o W N , 3 0 N L C O 3 U M a N x N N c U)lU OO L to o '6 IDC R m C a= m m O C V a O N N.0 a O >`� O (0 L O O U o a,� 3 m E c r- E m^ 1D o S O O °.off 2 c o mN0 NUa `00 aw vUC y� Ua N3wa UCa) �«.0 O16 =C a�,C L OI U - X C C N Y OI R N 3 aNm Nmr616 Y � Na mE0 a�L.0 a4o am O y C N~ N m N C LO ...(n E C N O` Q U m C N -U`1 N Q W O In > N � � Q�.-� �aNi�N N c c c rLn�QE �rx maF w N wO N N m J O N C IS N N #- O OOU O EEm CN�m mm m� Uoj �� N� �0Ua �.E°o .aaco- ��h r= .NNOIN C) NN �mN �2 NT N��= U=ODS oNNCO LLa SZ U O- N s a L- N OVX'w >¢ Ir W w0 °L � m�ac EN m� 0(f0 LpNfQ oo `oN marnac °c.°�mN NW r �ryw �❑ ~O ?and N >L N m U) >3 U r N.L..d UmILLw w `Lwm Yv1�m� a� Y W�dr rOi+� Z .- N In V rn c0 r aD Ol 0 r O ¢_ rrn `Hlri.� Ua ?jmz �❑ w ¢- w ¢ Z� a:OwN ❑? m a 0 m F r Z m w z o ¢ NIS LL, 0 o ❑ z z -- --- r w Ile ¢ 0 z z 00 p - ._.._, - ----� z + '00 z z w w m 0 f J 3 x ¢ 7 0 N a N O w 1 0 W W N N 0 r> w� p z a W H U I a?a�o FN mwUwarn rxt ¢r omOrQ 00 ¢ � I[ QJa Z Lu OQwwUO z 0 Qz o 2 U O N zwp w U O 0 w z N w a r O r ¢ p" W w w z 0 r _ S r- wmw W r a w a OU N 00 Ow^., Za0 O w O Uz wU� .z X Y .. U pw N K a 0U G LL r rn - - U mo Y JJ0000 oNw T �N aJ O r pmww Z `Y F_ j t7 O N1 Z z.Mw w oY.w ' • II I I�� mQrin � w l l �• \ 77 0 S U a z 9 W N T W z w r y z a ❑OS z w I o W mN ❑N z❑h ,, zz rC w Zr ❑ ww0 W w =V mr Z I J❑W wza (7�K 07 mz QON J� 1 O N jS O ~ FzO r> ZU A r,, 1 1. ww K� W,o mw V a zp0 Nw aw 4,. `. ❑¢o woz� waQ w K OQw �Q LLZ ��l;F„{J, �v` .Y, ', 'w z ❑zO¢ mwI_ m 3 2L) a0 00 // f� ram a OD'owIii r. Urww U w N�I F J 7U 1•� f� r- � ~ � waif 2 f' r zwr a Uvcwiw ❑� f," \}+,,� ` I a� wm �Y 0 LL 0 m rail¢¢ W �• _. e�I Fla Z J U 1�,�. .t I 71' O m Z U `>w k Lu w0 00 J fn 0' tq 0 r 7r J iw w zw a - O¢ �" } w r r a t --�'_�•.YS��V�4 .�.� zw ._ Z. 0. O LEz 0 ..l �•�^, w w o 4_1oN z m � O - J 4 y SND1J39 IIIB A9 NAAVi10 0 0 i ' 0 N a w C Her H z°- F m i,. G.,.'�u- N W ❑ w i - e' a J Z N = E z z J ?o0N �a. -4". w���o Z W d r ❑ - w w > > z a `�:' �7 cl LLw❑ ,p y LL,w .rr„ Ifs �0 � i N ao ma�ur !t•r�`04�� D w ¢ y s ww, O - a0 ZZW '�X i Vo < Q Z I 3 W.0 iiag w H m❑ Q 02 afr <�? W w m a Z W 1 a < z _ � z F ° 0 z r w^ m+ d of w EL w �^ Y W W w 4 Q Y J Er zW x° Wrswz LL 2Q W ❑ >rIr r Zzzw z �n¢¢ f. 0 pH` O H❑tNiIUU �?m O�w LL W y—<0 '0 0 2 w Y O m ¢° mom¢ my m b W r LL 6$' $WKP Z¢mLL ¢X3 W?v y 2 U w r¢ r W.5 IL ¢r rU$Um Wim❑ 0 ¢ U z Z O Z 2 Www X� Z¢ O Z W ¢ 0 O ai�h � 7 0 w N O w ❑ U N y Z LL W f U ° 02 ❑ z0 z U0 Z O 0p W U 'CL m W Z F w a Z �r O ❑ m Q Z as K pF z ? w w N w z 0 xr x ¢- m �r F a a a 0 y 0 W �r Y N zm ? W OU W N K R°V 00 x0 r ¢ 7❑ W - x J z m o W 3 v z �j =Z, LL (� OU> NLL' K J wo z¢ 0 x _ k m w 3 00 ❑ZF 00 LL =O rZZ \ _r _ CZ 700 Z U W I. �. >-Z - - `j 1 -i _- oma z a m �r// W tt O 111 M=) L -r— a z J Z N O w U� LLU mJ Kp �¢ e� O r Z° mo W W Z 0 aU ❑ J zW \ 3Z r ¢ Z Jz w m 3 mZ x0 3 Q zr m= K >° r 7 �U U > >LL O z > Xvi o N0 LL^ h 0 � JZ F 00 u a w0 r > xOU oJo p J W')C J wZUZ ..,_�•.� rppZ LLLU0 o° - -- ¢mow 1 z° Z' D:zz m— m r z \ y z K F m '✓ S ❑ •IC = Z Q �I 0 Z r �} rz xr LL 'p k z -0 k Xw u ❑ JZ ¢ O .1c 10 SN3a38 IIIB AS WVNG