Loading...
AG 20-025 - ACTIVE CONSTRUCTION INCRETURN TO: PW ADMIN EXT: 2700 ID #: 3761 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/Drv: PUBLIC WORKS/ CAPITAL PROJECTS ORIGINATING STAFF PERSON: CHRISTINE MULLEN EXT: x2723 3. DATE REQ. BY: 17 -JUN -2020 TYPE OF DOCUMENT (CHECK ONE): 0 CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT O SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT O MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/ CDBG O REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE O RESOLUTION 0 CONTRACT AMENDMENT (AG#): 20-025 ❑ INTERLOCAL ❑ OTHER G. PROJECTNAME: S DASH POINT RD IMPROVEMENTS NAME OF CONTRACTOR. ACTIVE CONSTRUCTION, INC. ADDRESS: 5110 RIVER RDE TACOMA, WA 98443 TELEPHONE: (253) 606-6906 E-MAIL: ZACHG(@ACTJVECONSTRUCTION..COM FAX: SIGNATURENA.ML. SCOTT MORSE TITLE: VICE PRESIDENT �. 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. 1. TERM: COMMENCEMENT DATE: 04 -FEB -2020 COMPLETIONDATE: At Project Acceptance I. TOTAL COMPENSATION: $_l j 94, 328.30 (incl. this CO) (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: O YES O NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: O YES O NO IF YES, $ PAID BY: O CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: o RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: C36212-26500 1. DOCUMENT / CONTRACT REVIEW 8 PROJECT MANAGER 8 DIVISION MANAGER 8 DEPUTY DIRECTOR 8 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT INITIAL / DATE REVIEWED CJM 06 -JUN -2020 SLH 6/9/2020 DSW 619120 ER 6/19/2020 INITIAL / DATE APPROVED 0. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: NIA COMMITTEE APPROVAL DATE: NIA SCHEDULED COUNCIL DATE: NIA COUNCIL APPROVAL DATE: NIA CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: i 20 DATE REC'D: 3❑ o ❑ 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 ❑ LAW DEPT SIGNATORY (MAYOR OR [RECTOR) CITY CLERK ❑ ASSIGNED AG # ❑ SIGNED COPY RETURNED i/ DATE SENT: :OMMENTS: ' XECUTE " "ORIGINALS -HIS HAS ALREADY BEEN SENT TO TIB, SCHEDULE A CHANGE ORDER COSTS ARE ELIGIBLE FOR AN INCREASE IN TIB FUNDS, BUT HIGHLY UNLIKELY THERE WILL BE ANY MONEY AVAILABLE DUE TO COVID-19. 1/2020 CONTRACT CHANGE ORDER 212 AG 20-025 PROJECT NUMBER AGREEMENT NUMBER S DASH POINT ROAD IMPROVEMENTS PROJECT TITLE 01 CHANCE ORDER NUMBER EFFECTIVE DATE SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: ACTIVE CONSTRUCTION, INC. CONTRACTOR ADDITIONAL ROADWAY EXCAVATION INCL. HAUL The original bid quantity for bid item A-18 "Roadway Excavation. Incl. Haul" is 500 CY. This quantity was found to be incorrect. The correct quantity determined by the City and agreed to by the Contractor is 1,180 CY. A portion of this will be paid under the existing bid item, and a portion will be paid under a new bid item as follows: 625 CY Bid Item #A-18 (original bid item) 555 CY Bid Item #A-59 (new bid item) 1,180 CY Total Qty Bid Item #A-59 (ADDITIONAL ROADWAY EXCAVATION, INCL. HAUL): This is a new bid item. The estimated quantity is 555 CY. The negotiated unit price is $39.26/CY 2. UNSUITABLE MATERIAL While excavating, some unsuitable; saturated material was encountered between Sta 13+50 to Sta 14+62. This area required overexcavation, and then to be backfilled with gravel borrow. The quantity overexcavated was approximately 10' wide and 2' deep. . 112'x2'x10'=2,240CF=83.0CY Bid Item #A-60 (OVEREXCAVATION, INCL. HAUL): This is a new bid item. The estimated quantity is 83.0 CY. The negotiated unit price is $48.86 per CY. Bid Item #A-61 (GRAVEL BORROW FOR OVER EXCAVATION): This is a new bid item. The quantity is 147.4 TN. The negotiated unit price is $34.00 per TN. 3. NEW SIGNAL WIRES TO REPLACE EXISTING The {dans show for wires to be pulled out of their current conduit and ran through a new conduit. These wires are too short and need to be replaced. This was dlsCllssed in RFI 11 (attached). Bid Item #A-62 (NEW SIGNAL WIRES): This is a new bid item. The estimated quantity is 1 and it shall be paid on a lump sum basis. 1 LS $2,905.79 (see attached breakdown) 4. 0110 DI FITTINGS IN LIEU OF 0153 DI FITTINGS Lakenaven Water & Sewer District rewired Class 110 ductile iron fittings for the waterline work in Schedule B instead of Class 153 ductile iron fittings as called out in the plans and specs. This change creates a new bid item to pay for the additional costs associated with changing the class of the fittings. The fittings are still paid for under their respective Schedule B bid items. this change order simply covers the portion of the costs that is in excess of the cost to provide C153 fittings. CITY OF FEDERAL WAY S DASH POINT RD IMPROVEMENTS PROJECT 212 Bid Item #13-34 (C110 DI FITTINGS): This is a new bid item. The estimated quantity is 1 and it shall be paid on a lump sum basis. Sales tax is not included in this lump sum price and will be calculated separately. 1 LS $1,279.30 (see attached breakdown) The time provided for completion in the Contract is ❑ Unchanged ® Increased by 2 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 ARE NEW ITEMS WITH ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM ITEM QTY UNIT PRICE NO. A-59 Additional Roadway Excavation, Incl. Haul 555 CY $39.26 A-60 Overexcavation, Incl. Haul 83.0 CY A-61 Gravel Borrow for Overexcavation 147.4 TN A-62 New Signal Wires 1 LS B-34 C110 DI Fittings 1 LS TOTAL NET CONTRACT: ADDITIONAL SCHEDULE B SALES TAX: TOTAL THIS CHANGE ORDER: DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT $48.86 $34.00 $2,905.79 $1,279.30 ADD OR DELETE + $21,789.30 +$4,055.38 +$5,011.60 +$2,905.79 +$1,279.30 INCREASE $35,041.37 $ 127.93 35,169.30 5 1.159,159.00 $ 0.00 $ 35,169.30 $^1,194,328.30 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. 2,5-120W CON`tOCTCR'S SIGNATURE 4''�.� -1 ` 1\ -LO =) PUBLIC W(3RKS DIRECTOR DATE CITY OF FEDERAL WAY S DASH POINT RD IMPROVEMENTS PROJECT 212 t IIVE A [ t)tiSTRUCTION i7". REQUEST FOR INFORMATION RFI NO. 11 JOB NO. 19-045 HUD NO. I N/A DATE: 4/14/20 JOB NAME: IS Dash Pt Road Improvements ATTN: Christine Mullen — City of Federal Way Project #212 TO: City of Federal Way 33325 81 Avenue South Federal Way, WA 98003 PHONE: 253-835-2723 FAX: REFERENCE TO DRAWING OR SPECIFICATION NO. Note 2 Sheet 20 SUBJECT ISHORTWIRES DESCRIPTION Please see attached RFI 04 dated 4/13/2020 from our electrical subcontractor. Please advise as soon as possible. REQUIRED DATE OF INFORMATION: ASAP IMPACT ON JOB: YES CRITICAL TO SCHEDULE: YES COST EFFECT TBD ICOST INCREASE (approximate value TBD) TBD FORCE ACCOUNT — RESOLUTION OF UTILITY CONFLICTS TBD COST DECREASE (approximate value TBD) PREPARED BY: Zach Gustafson RESPONSE: Wire Note 2 refers to the wire that runs from a junction box on the NW corner of the intersection to a junction box on the south side of the intersection (also called out with construction note #7). Construction Note #7 indicates that the existing conductors shall be removed from the existing crossing. Construction note # I I says to pull the existing signal conductors through the new conduit run (new bored conduit). If the wires are too short, then new wires will need to be pulled. The City does not allow splices on signal conductors. PREPARED BY: Chriliru MulDATE: (253) 248-1091 (253) 248-1092 FAX PO BOX 430 PUYALLUP, WASHINGTON 98371 www.activeconstruction.com iv NORTHEAST ELECTRIC LLC OFFICE: 360.225.7004 FAX: 36o.225-7001 178o DOWN RIVER DRIVE WOODLAND, WA 98674 REQUEST FOR INFORMATION RFI Nov. 04 CONTRACT NO: 17907 DATE: 4/13/2020 OWNER: City of Federal Way PROJECT NAME: S Dash Pt. Rd. Sidewalk Project SUBJECT: Short Wires TO: Active Construction FROM: Keith Johnston, keithj@nellc.net ATTN: David COST OR TIME IMPACTS: NA INFORMATION REI.rUESTED Plan sheet 20, wire note 2. Existing wires are to short to make it to the new signal cabinet location. This will likely require pulling new wires. Advise. RESPONSE WIRE NOTES �' LUW �x o? v �o LU 05 # � LU a op # J Q a� O� OJv � x^ (q o� W � UZ O H^ x QU W �� W F(014 Lo Q� (n v� w o r z 0 } aU) aw _^ oQ �a wM wN j3 a= LLi �a (nom U W Z 00 v x Of w0 zN REMARKS 1 3" 3 1 1 3 BORE, NEW 3" 1 6 3 1 3 Z, 4 2" 1 1 1 5 2" 2 11 1 1 1 6 2" 2 7 3" 3 3 4 3 1 3" 7 3 3 1 2" I SPARE 8 3" 2 2 1 2 1 2" I 1 1 9 3" 2 1 1 2 1 10 2" 1 11 2" 1 1 1 12 2" 2 13 2" 1 SZF 14 2" 1 B South lash Point Road Improvements #19-008 ACIActive Construction, Inc. Contractor Registration # AC-TI-VCI-164-JL PO BOX 430 Puyallup, WA 98371 TO: CHRISTINE MULLEN City of Federal Way (253) 835-2723 christine.mullen@,cityoffederalway.com CHANGE PROPOSAL - New Signal Wires to Repl. Exist. RE: RFI 11 FROM: ZACH GUSTAFSON Active Construction Inc. (253)606-6906 zachg@activeconstruction.com ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT SCHEDULE A REVISIONS 1 RFI 11 RESPONSE - NORTHEAST ELECTRIC 1.00 LS 2,594.46 2.594.46 SUBTOTAL SCHEDULE A REVISIONS 52.594.46 2 MARKUP PER WSDOT 1-09.6 (12%) 1.00 LS 311.33 311.33 GRAND TOTAL NOTES: PROPOSAL IS BASED ON CHANGES IN THE CONTRACT PLANS AND/OR SPECIFICATIONS REFERENCE: $2,905.79 NE Electric RFI 04 - "Short Wires" - 4.13.20 RFI 11 - Short Wires - S Dash Pt Rd - 4.14.20 RFI 11 Response - 4.16.20 CHANGE DESCRIPTION: Subcontractor has indicated that the response to RFI 11 has generated a change to their work, and included the attached COP 1 to account for the associated added cost. PLEASE LET ME KNOW IF YOU HAVE ANY QUESTIONS OR IF YOU NEED CLARIFICATION ON ANY ITEMS. THAhTfC OU, ZAC1-1 GUST.AFSON PROJECT MANAGER ACTIVE CONSTRUCTION INC. (253) 606-6906 Page 1 of 1 Page 1 of 1 NORTHEAST ML.GCTFRIC,,. CHANGE ORDER PROPOSAL NE COP # 01 REV # DATE: 4/20/2020 PROJECT: S DASH POINT ROAD IMPROVEMENTS OWNER: CITY OF FEDERAL WAY PRIME: ACTIVE CONSTRUCTION, INC. WORK DESCRIPTION: New signal wires to replace exsisting signal wires LABOR 31% HOURS LABOR TOTAL RATE $ 176.35 EQUIPMENT M/UP Labor Subtotal DESCRIPTION REGULAR OVERTIME REGULAR OVERTIME ELECTRICIAN 11.50 0.00 $ 85.78 $ 128.67 $ 986.49 ELECTRICIAN ATTP - 6 11.50 0.00 $ 74.73 $ 112.10 $ 859.40 GENERAL LABOR 0.00 0.00 $ 56.63 $ 84.95 $ - TRENCH OPERATOR 0.00 0.00 $ 75.37 $ 113.06 $ PROJECT MANAGEMENT 0.00 0.00 $ 75.00 $ 112.50 $ - $ 1,845.89 EQUIPMENT HOURS RATE Equipment Subtotal DESCRIPTION REGULAR STANDBY REGULAR #83 2016 FORD 1`550 6.00 0.00 $ 24.29 $ 145.74 0.00 0.00 $ 0.00 0.00 j $ - EQUIPMENT TOTAL SHEET 2 $ - $ 145.74 MATERIAL & RENTALS Material Subtotal DESCRIPTION QUANTITY UOM UNIT COST 0.00 LS $ $ - 0.00 LS $ - $ - 0.00 j LF MATERIAL TOTAL SHEET 2 $ - SUBCONTRACTORS Subcontractor DESCRIPTION QUANTITY UOM UNIT COST Subtotal 0.00 LS $ - $ $ - LABOR M/UP 31% $ 572.23 LABOR TOTAL $ 2,418.12 $ 176.35 EQUIPMENT M/UP 21% $ 30.61 EQUIPMENT TOTAL $ - MATERIAL M/UP 21% $ - MATERIAL TOTAL $ - SUBCONTRACTOR M/UP 12% $ SUBCONTRACTOR TOTAL GRAND TOTAL $ 2,594.46 NOTES: pp" I I v - s r 7 _ I- South Dash Point Road Improvements #19-008 ACIActive Construction, Inc. Contractor Registration # AC-TI-VCI-164-JL PO BOX 430 Puyallup, WA 98371 TO: CHRISTINE MULLEN FROM: ZACH GUSTAFSON City of Federal Way Active Construction Inc. (253)835-2723 (253)606-6906 christine.mullen@cityoffederalway.com zachg@activeconstruction.com CHANGE PROPOSAL: CHH DI FITTINGS IN LIEU OF C153 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT SCHEDULE B REVISIONS * 01 C 110 8 INCH MJXFL ADAPTOR 3.00 EA 164.00 492.00 * 02 C110 8 INCH MJ SLEEVE 1.00 EA 129.00 129.00 " 03 C110 8X6 INCH MJXFL TEE 2.00 EA 296.00 592.00 04 C110 6 INCH MJXMJ 11.25 BEND 6.00 EA 138.00 828.00 05 C110 6 INCH MJXFL 11.25 BEND 2.00 EA 180.00 360.00 06 C110 4 INCH MJXFL 90 BEND 1.00 EA 96.00 96.00 07 C153 8 INCH MJXFL ADAPTOR 2 . 0 0 _,-. EA 94.73 -189.46 08 C153 8 INCH MJ SLEEVE -1.00 EA 99.99 -99.99 ' 09 C153 8X6 INCH MJXFL TEE -2.00 EA 160.66 -321.32 ' 10 C153 6 INCH MJXMJ 11.25 BEND -6.00 EA 60.42 -362.52 11 C153 6 INCH MJXFL 11.25 BEND -2.00 EA 94.26 -188.52 ' 12 C153 4 INCH MJXFL 90 BEND -1.00 EA 88.46 -88.46 SUBTOTAL SCHEDULE B REVISIONS�,Tzo� * 13 MARKUP PER WSDOT 1-09.6 (21%) 1.00 LS 241.92 �4lz Ii $222.0 PRE-TAX GRAND TOTAL $1,279.30 St;393-92 TAX $127.93 -A-3909- GRAND ',34-39GRAND TOTAL Revisions per Zach Gustafson PM ACI 4.13.20 NOTES: PROPOPOSAL IS BASED ON CHANGES IN THE CONTRACT PLANS AND/OR SPECIFICATIONS REFERENCE: Special Provisions SP75-SP76, Spec 9-30.2(1) Resubmittal RAM 09 - DI Fittings RFI 06 - Water Fitting Question (3.09.20) * - Biditem is a taxable item Page 1 of 2 !7 RFI 06 Response - LWSD 9 (3.17.20) WSDOT 1-09.4 - Equitable Adjustment CHANGE DESCRIPTION: Proposal is for the added material cost for C110 MJxMJ and C110 MJxFL long -body DI fittings in lieu of C153 MJxMJ and C153 MJxFL compact DI fittings. Special Provisions SP75-SP76, Spec 9-30.2(1) allows for either compact C153 DI fittings or long body C110 DI fittings on this project. Submittal for compact C153 DI fittings was rejected and LWSD. Pricing for project considered using compact C153 DI fittings, and the required C110 DI fittings are purchased at an increased cost. PLEASE LET ME KNOW IF YOU HAVE ANY QUESTIONS OR IF YOU NEED CLARIFICATION ON ANY ITEMS. THANK YOU, V 4/13/2020 ZACH GUSTAFSON PROJECT MANAGER ACTIVE CONSTRUCTION INC. (253)606-6906 ' - Biditem is a taxable item Page 2 of 2 H.D. FOWLER COMPANY PO Box 160 * Bellevue, WA * 98009-0160 To: Zach zachg@activeconstruction.com ACTIVE CONSTRUCTION CO 03/24/20 01:14:19pm From: FRANK DUKE Phone: (360) 377-4507 x1620 Order acknowledgement This order requires coi ,'med receipt of this acknowledgement because it contains special order items which are indicated by two asterisks (**). Please approve this order by simply replying to this email message, or by printing the attachment, signing and returning it back to us. Non -Stocks, Special Orders or Engineered items may not be returnable. Those that are returnable are subject to a minimum 25% restock fee. Some orders may also have applicable freight charges not shown on this Order Acknowledgement. I accept this as written. Please get this order for me as listed below. Signature Date Print Name Your PO: DASH PT -WATER Project: 19-045 S DASH POINT RD SIDEWALK PROJECT Ordered By: FRANK DETRAY Order Date: 03/02/20 Est. Ship Date: 03/10/20 Order #: 06584217 Shipping From: Pacific Warehouse Ship VIA: OUR TRUCK Freight Terms: Line# Item Unit Qty Price Ext. Price Tax 1 2 3 4 5 40 85 ** 8"MJ X FLG C110 FULL BODY ADAPTER Estimated Ship EA 3 164.00 492.00 T Date 04/17/20 8 86 ** 8"X 6"MJ X FLG TEE- C110 FULL BODY IMPORT EA 2 296.00 592.00 T Estimated Ship Date 03/24/20 9 88 ** 6"MJ X MJ 11-1/4 DEG ELBOW C110 FULL BODY EA 6 138.00 828.00 T IMPORT Estimated Ship Date 03/23/20 H.D. FOWLER COMPANY PO Box 160 * Bellevue, WA * 98009-0160 To: Zach zachg@activeconstruction.com ACTIVE CONSTRUCTION CO 03/24/20 01:14:19pm 13 7-'J.aW� From: FRANK DUKE Phone: (360) 377-4507 x1620 Order Acknowledgement Line# Item Unit Qty Price 89 ** 6"MJ X FLG 11-1/4 DEG ELBOW C110 FULL BODY EA 2 180.00 DOMESTIC Estimated Ship Date 03/23/20 12 30 13 14 90 ** 4"MJ X FLG 90 DEG ELBOW C110 FULL BODY IMPORT EA 1 96.00 Estimated Ship Date 03/23/20 16 17 91 **8" MJ LONG PATTERN SLEEVE C110 FULL BODY IMPORT Estimated Ship Date 03/23/20 18 69 70 71 23 27 81 EA 1 129.00 Ext. Price Tax 360.00 T 96.00 T 129.00 T Trinity River Marine Bill Sibbett PQ Box 229 Indianola, WA 98342 Orville ELJ Setback Phase 2B Deduct 3% if paid within 30 days of invoice. Total $332,042.00 Client#: 142662 ACTICONS3 ACORDTM CERTIFICATE OF LIABILITY INSURANCE E (MM/DD/YYYY) r6/12/2020 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER Propel Insurance Tacoma Commercial Insurance 1201 Pacific Ave, Suite 1000 ACT E' NAME: Anna Reid Ah9 Pa Co -"N - El , 800 499-0933 FAX, A;CN^i: 866 577-1326 E-MAIL A .R . anna.reid@propelinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # Tacoma, WA 98402 INSURER A: Valley Forge Insurance Company 20508 INSURED INSURER B : Continental Insurance Company 35289 Active Construction Inc INSURER c: National Fire Ins Co of Hartford 20478 PO Box 430 Puyallup, WA 98371-0162 INSURER D INSURER E INSURER F: $1.000,000 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 CONTRACTOR 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. INSXP LTR LTR TYPE OF INSURANCE ADDL UBR POLICY NUMBER MPOLICY O YYYk Mf&Dfl YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE u OCCUR X PD Ded:5,000 5093447379 6/15/2020 06/15/2021 EACH $1.000000 �OCCURRENCE PREMISETO RENTEDn p, $500.000 MED EXP (Any one oerson) s15,000 PERSC_1NAL S ADV INJURY $1.000,000 GEN'L AGGREGATE LIMIT APPLIES PER: -I POLICY I X I JPEGT [:] LOC OTHEr=. GENERAL AGGREGATE s2,000.000 PRODUCTS - COMP/OP AGG s2,000,000 $ C AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED X AUTOS ONLY X AUTOS ONLY 5093447351 6/15/2020 06/15/2021 '1n`JE.ItI=D SINGLE LIMIT ; t: , - - . ,,,,,•�; 1.000.000 _ _ BODILY INJURY (Per person) I BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Par cd n ) B !� X UMBRELLA LIAR EXCESS LIAB X OCCUR APP5093447365 6/15/2020 06/15/2021 1 EACH OCCURRENCE $9,000.000 AGGREGATE $9.000.000 DFD I X. 0 0000 $ A -RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y A:, -ROI- ''I. ; � 1; I ^,: : DER/EXECUTIVE - OF- CEl P-'�1.' ;i- :. "'i:1 ,;DED? N (Mandatory m NIIi If yes, describe under DESCRIPTION nF r)PERATInNR h.1n. N / A 5093447379 WA Stop Gap ONLY 6/15/2020 06/15/2021 PER OTH- T ES E L EACH ACCIDENT $1,000.000 E L DISEASE - EA EMPLOYEE $1,00 ) 000 E -L DISEASE - POLICY LIMIT $1 000 000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: ACI Job No. 19-045 - Dash Point Rd. Improvements / Lease of a city parcel for a laydown yard. Additional Insured Status applies per attached form(s). Waiver of Subrogation applies per attached form(s). CERTIFICATE HOLDER CANCELLATION City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 ACORD 25 (2016/03) 1 of 1 #S4167950/M4167930 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ���J'�Yti:Y rrl-•s�IL.�Y:ff:,1i,.6-•i... @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AMR00 6/16/2020 Corporations and Charities System BUSINESS INFORMATION Business Name: ACTIVE CONSTRUCTION, INC. UBI Number: 273 001 533 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 5110 RIVER RD E, TACOMA, WA, 98443, UNITED STATES Principal Office Mailing Address: PO BOX 430, PUYALLUP, WA, 98371-0162, UNITED STATES Expiration Date: 12/31/2020 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 12/31/1968 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: DAVID CECCANTI Street Address: 5110 RIVER RD E, TACOMA, WA, 98443-2638, UNITED STATES Mailing Address: PO BOX 430, PUYALLUP, WA, 98371-0000, UNITED STATES GOVERNORS Title Governors Type GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL Entity Name First Name ROSEMARIE DAVID SCOTT RYAN Last Name GARMS CECCANTI MORSE HEATHERS https://ccfs.sos.wa.gov/#/BusinessSearch/Businesslnformation 1/1 RETURN TO: PW ADMIN EXT: 2700 ID #: 3 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS I CAPITAL PROJEC 2. ORIGINATING STAFF PERSON: CnR15TINE MULLEN EXT: x2723 3. DATE REQ. BY: 24 -OCT -2019 3. TYPE OF DOCUMENT (CHECK ONE): [9 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#): ❑ INTERLOCAL Cl OTHER 4. PROJECT NAME: 5 DA511 POINT ROAD IMPROVEMENTS S. NAME OF CONTRACTOR: COYSP�_6ALion, -In C ADDRESS: 514E J?: Gr TELEPHONE: E-MAIL: di�V i d G (j1G�1y CA f\C�t Yu[.Ihi Ort • GQ r n FAX: SIGNATURE NAME: TITLE: 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION Cl INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL EXP. 12/31/ UBI # , EXP. 7. TERM: COMMENCEMENT DATE: '>Lxpt)Y\ ete4-!AtiQ t►ti COMPLETION DATE:. ro 8. TOTAL COMPENSATION: $ 9 I (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES JKNO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: VYES ❑ NO IF YES, $ �-4. 5 PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT. '$IS1. S) 5-1,�j AINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: I. DOCUMENT / CONTRACT REVIEW INITIAL/ DATE REVIEWED INITIAL / DATE APPROVED /PROJECT MANAGER -CCT-2019 MANAGER t `/DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) AW DEPT L�fr rn 1 1 I 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: //(0-A 2n- D2Z COMMITTEE APPROVAL DATE: (P-.1 a • 2.0 2M SCHEDULED COUNCIL DATE: f• I ', 2n-ZOZA COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING / ❑ SENT TO VENDOR/CONTRACTOR DATE; SENT: Z3•�Od(1•'LU?� LEMfl' DATE REC'D: l l o ❑ 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.) INmAL /DATE SIGNED ❑ FINANCE DEPARTMENT -<�r /'LAW DEPT !3112.0 -m /SIGNATORY (MAYOR OR DIRECTOR) CITY CLERK Of Assic-rNrl):1G# J(r [iS io�j v u Ce PY RETURNED SENT: /RETURN ONE ORIGINAL -m cloM NTS: F.11:r •i ri.E „ ,' ORIG 2 I -OCT-2" _ � TU ADVERTISE TM5 (OR NEXT IF 'r,f+bL vb6uUl Ar gym, 1/2018 CITY OF � Federal Way centereet on opportunity January 22, 2020 Active Construction, Inc. Attn: David Ceccanti 5110 River Road E Tacoma, WA 98443 RE: S Dash Point Road Improvements CFW #212 Notice of Award Dear Mr. Ceccanti: CITY HALL 33325 8th Avenue South Federal Way, WA 98003-6325 (253) 835-7000 www.c fyoffederalway.r_orr Jim Ferrelf, Mayor This letter is official notification of the award of the S Dash Point Road Improvements to Active Construction, Inc., based on your December 13, 2019 bid in the amount of $1,159,159.00. Per the Special Provisions, Section 1-03.3, Execution of Contract, the following is a list of items that must be completed and returned to the City within ten (10) calendar days after receipt of this Notice of Award. A PDF of the Contract documents have been sent via email. Please print and sign TWO copies. These should be printed single sided and not hole -punched or stapled. ❑ Print and sign TWO copies of the Contract in the presence of a Notary Public. (Pages RFB-17 to RFB-23 of the emailed contract documents). ❑ Provide a Certificate of Insurance naming the City of Federal Way and Lakehaven Water and Sewer District as additional insureds. Please make sure that the "S Dash Point Road Improvements" is specifically identified on the certificate. (Per Special Provision 1-07.18). ❑ Print and sign TWO copies of the Performance and Payment Bond form and provide bond document. (Pages RFB-27 to RFB-28). ❑ Print and sign TWO copies of the Contractor's Retainage Option form. (Page RFB-29). ❑ Print and sign TWO copies of the Retainage Bond to the City of Federal Way form (Pages RFB-30 to RFB-32) if Option 4 is selected on the "Contractor's Retainage Option" form. If Option 2 or 3 is selected, please notify me as soon as possible to get any necessary forms which need to be signed and returned with the Contract for execution by the City. ❑ Provide completed W-9 form. ❑ Provide evidence of a City of Federal Way business license. If a business license needs to be obtained, this can be done in person at the City Finance Department. Based on a quick search, it appears that ACT's business license expired on Dec 31, 2019. If you have submitted for renewal and it just not showing up in our database yet, please provide proof of application/renewal. ❑ Provide proof of signature authority allowing signatory to sign on behalf of Active Construction, Inc. Proof of signature authority required is a certified copy of the Corporate Resolutions for Active Construction, Inc. or corporate board minutes resolving who is allowed to sign on behalf of the corporation (in title only) and a complete list of the corporate officers, name and title. Alternatively, any individuals listed as corporate officers on the Secretary of State website for the corporation are acceptable signers to the City. ❑ As a reminder, this project is subject to Subcontractor Prompt Payment requirements as outlined in Special Provision 1-08. Please provide the following information (via email to me is acceptable): Name, Title, Phone Number, and Email for the individual who will be your representative to provide information within WSDOT's Diversity Management & Compliance System (DMCS). After the executed contract documents are received and signed by the City of Federal Way, a copy of the contract will be sent to you for your records. Per the contract documents, we will work with Active Construction, Inc. to determine the preferred Notice to Proceed date. Please let me know what your thoughts are in regards to this. Also, please let me know your preferred timeframe for a preconstruction meeting. If you have any questions or additional information is needed, please do not hesitate to contact me at Christine.Mullen@cityoffederalway.com or (253) 835-2723. Sincerely, ("Wto-vl Azv� Christine Mullen, P.E. Senior Capital Engineer Ustreets\projects\s dash pt rd sidewalk\02 agreements\active construction - contractor\212 - dash - notice of award.docx ACTIVE ACICONSTRUCTION INC. To: City of Federal Way ATTN: Christine Mullen 33325 8`L Avenue South Federal Way. WA 98003-6325 We are sending you: N Attached ❑ Shop Drawings ❑ Submittals ❑ Copy of Letter ❑ Change Order Letter of Transmittal Date: 1/29/2020 Job No: 19-045 Re: S Dash Point Road Improvements CFW #212 FedEx Trk# 777638452785 ❑ Under a separate cvr via ❑ Plans & Specifications ❑ Pay Estimate the following items: ❑ Samples ❑ Subcontract ® Contract, Bonds, Compliance Copies Date No. Description (2) Original, single -wet contracts and Performance/Payment Bonds (2) Certificate of Insurance (1) Completed IRS Form W-9 (1) Washington State Contractor's License (1 City of Federal Way Business Registration (1 Proof of Authority (Joint Consent) THESE ARE TRANSMITTED AS CHECKED BELOW: ❑ For approval ❑ Approved as submitted ❑ For your use ❑ Approved as noted ❑ As requested ❑ Returned for corrections ❑ For review and signature ❑x Return 1 signed original(s) ❑ For Bids Due REMARKS: Copies to: File PO BOX 430 ❑ Resubmit copies for approval. ❑ Submit copies for distribution ❑ Return corrected prints. ❑ Release for signature and return ❑ Prints returned after loan to us Thank you, Amanda meson d7I) Contract Manager Active Construction, Inc. Office: (253) 248-1426 Mobile: (253) 961-6384 Fax: (253) 248-1092 PUYALLUP WA 98371 PHONE (253) 248-1091 ACI is an Equal Employment Opportunity Employer :1A FAX (253) 248-1092 BUSINESS LIC Profit Corporation ACTIVE CONSTRUCTION, INC. 5110 RIVER RD E TACOMA, WA 98443-2638 UNEMPLOYMENT INSURANCE - ACTIVE MINOR WORK PERMIT (EXPIRES 12/31/2020) - ACTIVE CITY ENDORSEMENTS: Issue Date: Nov 22, 2019 Unified Business ID #: 273001533 Business ID #: 001 Location: 0001 Expires: Mar 31, 2020 INDUSTRIAL INSURANCE - ACTIVE TAX REGISTRATION - ACTIVE FIFE GENERAL BUSINESS - NON-RESIDENT (EXPIRES 12/31/2020) - ACTIVE PUYALLUP GENERAL BUSINESS - NON-RESIDENT #2006506 (EXPIRES 12/31/2020) - ACTIVE YELM GENERAL BUSINESS - NON-RESIDENT #11498 (EXPIRES 12/31/2020) - ACTIVE SHELTON GENERAL BUSINESS - NON-RESIDENT #0060410 (EXPIRES 12/31/2020) - ACTIVE GIG HARBOR GENERAL BUSINESS - NON-RESIDENT #14 (EXPIRES 12/31/2020) - ACTIVE LACEY GENERAL BUSINESS - NON-RESIDENT #8076 (EXPIRES 12/31/2020) - ACTIVE NORTH BEND GENERAL BUSINESS - NON-RESIDENT #019174.0 (EXPIRES 5/31/2020) - ACTIVE OLYMPIA GENERAL BUSINESS - NON-RESIDENT #1876 (EXPIRES 12/31/2020) - ACTIVE PORT ORCHARD GENERAL BUSINESS - NON-RESIDENT #6009655 (EXPIRES 12/31/2020) - ACTIVE POULSBO GENERAL BUSINESS - NON-RESIDENT (EXPIRES 12/31/2020) - ACTIVE SAMMAMISH GENERAL BUSINESS - NON-RESIDENT (EXPIRES 12/31/2020) - ACTIVE TUMWATER GENERAL BUSINESS - NON-RESIDENT #R-003088 (EXPIRES 12/31/2020) - ACTIVE UNIVERSITY PLACE GENERAL BUSINESS - NON-RESIDENT (EXPIRES 12/31/2020) - ACTIVE ORTING GENERAL BUSINESS - NON-RESIDENT #18053 (EXPIRES 12/31/2020) -ACTIVE TUKWILA GENERAL BUSINESS - NON-RESIDENT (EXPIRES 12/31/2020) - ACTIVE SEATAC GENERAL BUSINESS - NON-RESIDENT - ACTIVE FEDERAL WAY GENERAL BUSINESS - NON-RESIDENT #17 -101998 -00 -BL (EXPIRES 12/31/2020) - ACTIVE DUTIES OF MINORS: Ages 16-17: Light office work - filing, organizing Ilrr^: ,inruttieltl lictc IkV :t tri,te.ltinnS. err,l,ar r st,d f,l;. Aura licenses awls i i •:1 for the huainwsx nrr al ahaa�rr, 13}' ar urhiirr dais rlu�uutt ttl, the Ir eu,.cc cr,titics lltc iraivar .I,cn + n the:atrPlieatiaa 0 ,if enr: w l„ the In•ryl of Ill, of hei knowleligo., and 111.1i lausiues will lit - '0 0 1,6 <,,:rrr l:1•mc kvah all alal,lir..,ly!•: Waslringtnr, stat,:, rvtrnt)" and rity wgulatiaaus. UBI: 273001533 001 0001 ACTIVE CONSTRUCTION, INC. 5110 RIVER RD E TACOMA, WA 98443-2638 n %T, .;1;111 gv'�Cr,. UNEMPLOYMENT INSURANCE - ACTIVE INDUSTRIAL INSURANCE - ACTIVE MINOR WORK PERMIT (EXPIRES 12/31/2020) - ACTIVE TAX REGISTRATION - ACTIVE FIFE GENERAL BUSINESS - NON-RESIDENT (EXPIRES Expires: Mar 31, 2020 61" `' STATE OF WASHINGTON Profit Corporation ACTIVE CONSTRUCTION, INC. 5110 RIVER RD E TACOMA, WA 98443-2638 Ages 14-15: light office work - sweeping, filing, organizing Issue Date: Nov 22, 2019 Unified Business ID #: 273001533 Business ID #: 001 Location: 0001 Expires: Mar 31, 2020 LICENSING RESTRICTIONS: It is the business's responsibility to comply with minor work permit requirements. See WAG 296-125-030 and WAC 296-125-033 for Nan -Agricultural and WAC 296-131-125 for Agricultural guidelines and restricted activities. REGISTERED TRADE NAMES: ACI ACI, INC. rtnsutw ul lists tilt rrth,r4rt��rrn+. 11111 lit:ett.c; authnriUd for the Ijwhivsi tt irttctl,tllove. ft aceeptint, iIIlk tiliCH ICttt, the flLlA1M'.0 (.cttiiios the inlarntatictl an tlw appiiealion v"xi coilylete, true, and arcck oie to tiny 1)e t of It;, or het and That bmia ,til[ 1,!. _ .+tu ittt;lctl in cmultli ttn-r %%!lit -M al'tpliiahlt W;lshin, tun slat-, r.nttnly, And eitti It'l,ulatlusl •. Director, Department or Revenue STATE OF WASHINGTON UBI: 273001533 001 0001 Expires: Mar 31, 2020 ACTIVE CONSTRUCTION, INC. UNEMPLOYMENT INSURANCE - 5110 RIVER RD E ACTIVE TACOMA, WA 98443-2638 INDUSTRIAL INSURANCE - ACTIVE MINOR WORK PERMIT (EXPIRES 12/31/2020) - ACTIVE TAX REGISTRATION - ACTIVE FIFE GENERAL BUSINESS - NON-RESIDENT (EXPIRES IMPORTANT! PLEASE READ THE FOLLOWING INFORMATION CAREFULLY BEFORE POSTING THIS LICENSE General Information • Post this Business License in a visible location at your place of business. • If you were issued a Business License previously, destroy the old one and post this one in its place. • All endorsements should be renewed by the expiration date that appears on the front of this license to avoid any late fees that may apply. If there is no expiration date, the endorsements remain active as long as you continue required reporting (see Endorsements). • Login to My DOR athtlsil�ess,ti r t.govl31- if you need to make changes to your business name, location, mailing address, telephone number, or business ownership. Telephone: (360) 705-6741 Endorsements Although tax registration, unemployment, and industrial insurance endorsements appear on your Business License, the registration with the agencies that govern these endorsements is not complete until they have established an account for your business. Each registering agency requires you to submit periodic reports. Each agency will send you the necessary reporting forms and instructions. Corporations, limited liability companies, etc. You must submit a Business License Application and file with the Corporations Division of the Secretary of State before you can legally operate as a corporation, limited liability company, or other business organization type that requires registration. If you have any questions, call (360) 725-0377. For assistance or to request this document in an alternate format, visit http://business.wa.gov/BLS or call (360) 705-6741. Teletype (TTY) users may use the Washington Relay Service by calling 711. BLS -700-107 (04/14/16) Department of Labor and Industries PO Box 44450 Olympia, WA 98504-4450 1-3 ACTIVE CONSTRUCTION INC PO BOX 430 PUYALLUP WA 98371 ACTIVE CONSTRUCTION INC Reg: CC ACTIVC1164JL UBI: 273-001-533 Registered as provided by Law as: Construction Contractor (CC01) - GENERAL Effective Bate: 4/11/1984 Expiration Date: 11/7/2021 ACTIVE CONSTRUCTION, INC. JOINT CONSENT IN LIEU OF ANNUAL MEETING OF THE SHAREHOLDERS AND BOARD OF DIRECTORS AUGUST 23, 2019 The undersigned, being all of the shareholders and all of the members of the Board of Directors of Active Construction, Inc., a Washington corporation (the "Corporation"), hereby waive all notices, statutory and otherwise, and, acting pursuant to RCW 23B.08.210 and RCW 23B.08.230, without a meeting, do hereby unanimously adopt the following corporate resolutions, and do hereby unanimously consent to the taking of the actions therein set forth: Election of Directors RESOLVED, that David Ceccanti, Rosemarie A. Garms, Scott D. Morse and Ryan Heathers are hereby elected to serve as the directors of the Board of Directors of the Corporation until their successors shall be duly elected and qualified. ApUpintmentofOfficers RESOLVED, that the following persons are hereby appointed to serve as officers of the Corporation until their successors shall be duly appointed and qualified: David Ceccanti President Scott D. Morse Vice President Rosemarie A. Garms Secretary/Treasurer General Authority RESOLVED, that the President is hereby authorized and directed, in the name and on behalf of the Corporation, to take any and all such further action as in his judgment may be desirable or appropriate to carry out the purposes of the foregoing resolutions; RESOLVED FURTHER, that the execution by the President of any paper or document or the doing by him of any act in connection with the foregoing matters shall conclusively establish his authority therefor from the Company and the approval and ratification by the Board of Directors of the papers and documents so executed and the action so taken; and RESOLVED FURTHER, that any and all actions heretofore or hereafter taken by the President within the terms of the foregoing resolutions be, and they hereby are, ratified and confirmed. Consent The undersigned shareholders and directors of Active Construction, Inc. hereby consent to the foregoing resolutions effective as of August 23, 2019. SHAREHOLDERS �A.l (A Cez r-Lli1Ll.V David Ceccanti Scott D. Morse Rosemarie A. Garms AM - Ryan Heathers DIRECTORS: David Ceccanti Scott D. Morse >?asemani Q, xJaArn. Rosemarie A. Garms Ryan Heathers 2 CiTRIX' Rig htrSig nature SIGNATURE CERTIFICATE TRANSACTION DETAILS Reference Number 0842B806-45A9-4C86-B1E5-54F11A290F6D Transaction Type Signature Request Sent At 10/02/2019 13:07 PDT Executed At 10/08/2019 11:59 PDT Identity Method email Distribution Method email Signed Checksum --11-2-- Signer Signer Sequencing Disabled Document Passcode Disabled SIGNERS SIGNER Name David Ceccanti Email davldc@activeconstruction.com Components 2 Name Ryan Heathers Email ryanh@activeconstruction.com Components 2 Name Scott Morse Email scottm@activeconstruction.com Components 2 REFERENCE NUMBER 08428806-45A9-4C86-B1E5-54F11A290F6D DOCUMENT DETAILS Document Name Active Construction Inc Joint Sh-Bod 2019 Annual Meeting Consent Ab 8-23-19 Filename active_construction_incjoint_sh-bod_2019_annual_meeting_consent_ab_8-23-19_.pdf Pages 2 pages Content Type application/pdf File Size 16.2 KB Original Checksum 5B4a57ead5ff620alce4a Bdbb0b024bb2c?BB6belel0aecabB6al6dl6lb2c55 &SIGNATURE Status signed Multi -factor Digital Fingerprint Checksum 48911-114 f fB 113905611 fta J095l -- 11-9— 4lablbBf9Ba0b9e506d IP Address 74.94.65.194 Device Chrome via Windows Typed Signature b.,IA , Cc.c c a',& Signature Reference ID E40D31C8 Status signed Multi -factor Digital Fingerprint Checksum BBel61l0a-1 7el[444 fb 8-56225 ----9.351-386 —9e353ae3B61 d53.412n659 IP Address 74.94.65.194 Device Microsoft Edge via Windows Drawn Signature Signature Reference ID 41ECFC93 Signature Biometric Count 193 Status signed Multi -factor Digital Fingerprint Checksum 13-7-69-- Bdu1073111[d IP Address 74.94.65.194 Device Chrome via Windows Typed Signature A""Y, 71'1.,x, Z Signature Reference ID 021983FO EVENTS Viewed At 10/08/2019 11:56 PDT Identity Authenticated At 10/08/2019 11:59 PDT Signed At 10/08/2019 11:59 PDT Viewed At 10/03/2019 11:35 PDT Identity Authenticated At 10/03/2019 11:38 PDT Signed At 10/03/2019 11:38 PDT Viewed At 10/02/2019 13:32 PDT Identity Authenticated At 10/02/2019 13:32 PDT Signed At 10/02/2019 13:32 PDT SIGNER E -SIGNATURE EVENTS Name Status Viewed At Rose Garms signed 10/02/2019 13:18 PDT Email Multi -factor Digital Fingerprint Checksum Identity Authenticated At roseg@activeconstruction.com 1a0 I-46l5l-182491[ 4• 9 6 9 9 1-111 tl9eeeb5731-19ebb-4 10/02/2019 13:18 PDT Components IF Address At Signed 10/02/2019 13:18 PDT 2 73.221.207.26 10/02/2019 13:07 PDT Ryan Heathers (ryanh@activeconstruction.com) was emailed a link to sign. Device Amanda Sampson(amandas@activeconstruction.com) created document 'active_construction_incJoint_sh- Chrome via Windows Typed Signature �vsuna,u.t. a XIOILrrbd Signature Reference ID 7465A55E AUDITS TI M ESTAM P AUDIT 10/08/2019 11:59 PDT David Ceccanti (davidc@activeconstruction.com) signed the document on Chrome via Windows from 74.94.65.194. 10/08/2019 11:59 PDT David Ceccanti (davidc@activeconstruction.com) authenticated via email on Chrome via Windows from 74.94.65.194. 10/08/2019 11:56 PDT David Ceccanti (davidc@activeconstruction.com) viewed the document on Chrome via Windows from 74.94.65.194. 10/08/2019 10:16 PDT David Ceccanti (davidc@activeconstruction.com) was emailed a reminder. 10/03/2019 11:38 PDT Ryan Heathers (ryanh@activeconstruction.com) signed the document on Microsoft Edge via Windows from 74.94.65.194. 10/03/2019 11:38 PDT Ryan Heathers (ryanh@activeconstrudion.com) authenticated via email on Microsoft Edge via Windows from 10/02/2019 13:07 PDT 74.94.65.194. 10/03/2019 11:35 PDT Ryan Heathers (ryanh@activeconstruction.com) viewed the document on Microsoft Edge via Windows from 74.94.65.194. 10/02/2019 13:32 PDT Scott Morse (scottm@activeconstruction.com) signed the document on Chrome via Windows from 74.94.65.194. 10/02/2019 13:32 PDT Scott Morse (scottm@activeconstruction.com) authenticated via email on Chrome via Windows from 74.94.65.194. 10/02/2019 13:32 PDT Scott Morse (scottm@activeconstruction.com) viewed the document on Chrome via Windows from 74.94.65.194. 10/02/2019 13:18 PDT Rose Garms (roseg@activeconstruction.com) signed the document on Chrome via Windows from 73.221.207.26. 10/02/2019 13:18 PDT Rose Garms (roseg@activeconstruction.com) authenticated via email on Chrome via Windows from 73.221.207.26. 10/02/2019 13:18 PDT Rose Garms (roseg@activeconstruction.com) viewed the document on Chrome via Windows from 73.221.207.26. 10/02/2019 13:07 PDT David Ceccanti (davidc@activeconstruction.com) was emailed a link to sign. 10/02/2019 13:07 PDT Scott Morse (scottm@activeconstruction.com) was emailed a link to sign. 10/02/2019 13:07 PDT Rose Garms (roseg@activeconstruction.com) was emailed a link to sign. 10/02/2019 13:07 PDT Ryan Heathers (ryanh@activeconstruction.com) was emailed a link to sign. 10/02/2019 13:07 PDT Amanda Sampson(amandas@activeconstruction.com) created document 'active_construction_incJoint_sh- bod 2019_annual meeting consent ab_8-23-19_.pdf' on Chrome via Windows from 74.94.65.194. Form f! M9 1;Rev. November 2317; 0v r Tan of the Treasury 1-tr I RrInuc-Sen'iLe c: CD i E EL C 0 Ob 4 e ao `o 2 'C EL o m Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not send to the IRS. 0- Go to www.lrs.grovlForm W9 for Instructions and the latest information. not Inave this 11ne b ark t Narnc ias,:11 +,r. on }mur -1 tax rolurr•). Nome 1 r _•qu1r Jon Active Construction, Inc. 2 Esu,ul�-• ,:;m,r�i�••:•,+.�I b•... name- fdifferentlrom:r;,r:r+u 3 Chock upprr.Prt3:e box fcr fdceral t -_x clas.:iflu,rilcn of -.he person whose iumu s OWered on line 1. Chock ur ty one of the tclXnving soden boxes. ❑ G Corporation v❑ 5 Carl:or,rtlrn ElPartnersh o El1ro-upstate r-1 Inaivinr.at+:�,le orc•olietor or F single -member LLC ❑ Umitod i:abili:y company. Fater the tax classificatiun (v=C cofporatler, S=S co,porstion. P=Parb)urehlp) ► Note: Chect the approprinte t'.ox tri tra I ne eoove forthe trx clas:Oicatialt n1 the single= -eroer corner. Ij nul chaos LLU H .he LLC is classif -d as a single-rrionnbur LLC that 13 o sregl&rded Vom the owner urt css Ihr. owner of the LLC Is another SLG ,hat is not disrug avded f`om the owns, for U.S, fodera tax purocsu :. Others Be, a single -member _LG iha is disrugurded freni the owrer should c"melt 4:0 app•pp•late oox for the tax classfrcatlon of'ts ow,ro•, Qu -.0, (SOC Instfuclicns) P. 6 {(duress (numbor, s1! Ira, Olid -p-.. or sl. po Box 430 stma, and ZIP curio Puyallup, WA 98371 7 List accci.ntrrimban;s)ncru;,Iln, :..I: r,o-) soe lnstrucuans. 4 Exulnptl:rns Iccdes appy wty to curtaln entt es, rot ndividuals; sec Instrnlctlons on nags 3;,: Exer it pi�you GGdu (d any) Excmptlr..n troy; FATCA reparting cede ill znyi !lame End eddrasl3 (4`,'iT.fcr`d) Certlficati0n - Under penalties of penury. I oertifythat: 1. TI', :r, i -'1 to-.,,rN n 11lir: fr r ! r; 1 t vcct lam i ,aillny fora nurnberto be i,wued 1D me); and , not LI :.1 -IJ III I, .[!u " 1 r r tr„ri G.A::, up rr!l( hu r:a. nr 11 i have not peen notified by the Hernial Revonue :. r :.ult u' 1 IL,Iurii t0 ropo , all Intl:+laSi or cllvidenas, or (c) the IRS has notified me that I Im I,V I']'lCfUr ;i L.l.y<'CI CU roc!€ 'p ,r ti-rhui. dl-i'!i; tile;, 3. I aril a U,S, cltlzun or other U.S. person (defined below); and Tf le• 1A I CA t f-u.:Is. onl ^_ r; i'tl fr rn ! r,r,;'' in'yir-1 ,r 1 th, !I I :rn • pt {horn T- ATCA t1; prortircl 1.'rF'�t. Cr'r"[IficaUorl II1cn1{rtlnn;. rah r I.t Il 1,1 =c J I`:r Ih= li,:i th ll ;u' 1 J r LirrC.I11I F f I1 I II :1:11 111 •.....159 �•>_,u 1 .1.•� i,l L l 15j LI r lir •t"-! ri Ir 1 r •I Lr; ',i t, t i trant3 l 1 11 T 1' -t,r,l 1 Irl 1 - 1 f 1 • 1' •7 t -t,:; .rl",Il •;r1 ,:r L,lf iUurt to":. •.. J " : . r.: II I:a 1: " r{ .::I C II I •' I I:.1J L .i.i' f r-, -ni r r ;,. I" J ' I. 11 1 1:ej cJc LL.r pally, !, er ".il l h.lcrc°• :u1.1 cif•, .(-.r ''L1 :!-...•:;:�. .i •1) 1 L_.111::1, •1 ,: , A dr111 1 prCv'a"J.7 +r :r , t iF4. :. -h 1•Ur f'clrl I'... ,!1<•r�. :•�I[�tl 8lgnature o} r Here U,S. parson i � it I ✓ �� r General lnstruct�i-)ns Soctlon references ere to the Internal Revenue nosed, otherwise Future developments. For the latest information shout uevelopments relatod to Foern W-9 and its instruCtior,3, such as lacgislalion enacleu after they were published, go to vrv1vv.rls-gov+FounW.9. Purpose of Form 1 "1r:!c'_ 11 orc,rr:1y';Fall-r Yr- r.';1..,. 1• 6 ;,it.)is 1,_d to filo an Ini. '1':1:3•.:'1 rmi. jr n •,.:4 f, .'�'_ LrIL . l '.1f cc -r ":" :°'Ir vF' rr1��..... ul•. 1111 -t 1:: u. (11N) wh;,,h 11:I% I:". .1 .•..,aril,' 1:;1rn t3at dL;ll t,-r,tt'n:f. ICC ltif C71Jnl! It; :'J -1-r .IdI u;n .,1 cir;lli:i l.vr,1'.,n''.L^_r L'��f•,;. C1 :, ^a", ,;rdnl,..tic:rr Ir.1rubOr I r:gJCa'. .'d +. ill `C-'`rjt::�r' r•e'li'.1 ..1,. .:1 n'. r' 1'! ,;1•.J ,au, Ur e:lx;1 ul i.. •., ::11 3'1 Ct 101 .'r.:1!1:3:-, 1 -'l l• �":. F->:.-. .- J [,' 1�1?L;l'!r!elt l C-1 + ..1_•.,1'��nc:Earr�':-„ s-� {1-='�r •1rin�J. Merest earned or F Date► 10/10/2019 • Form 1099 -DIV (dividends, including those from stocks ormu:ual funds) • For1-1 1099-MISC (various types of inr,:orne, prizes, a'.uards, or gross proceeds) • Form 1099-6 (stock or mutual fu rid sales and certain othe' transactions by orokem) • Fo•r-i 1099-S (proccods from real estate transactions) • Form 1099-K ';merchant card arid third party iwNwirk transactiors) • Ford 1098 (h.ome mortgage interest), 1098-E,student loan inturest). 1098-T (tuition) • Forrn 1099-C (canceled debt] • Form 1099-A (acquisition or abandonment of secured pfopertyi Use Form Y'1-9 only if you are a U,S- person Qncluding a resident alien), to provide your ccrrei t TIN, if y ou do not r'v?urri Foar? W-91 io aw roqueSter rv4h a TW, ycir might be subfew to barkufi wivihr-hrSeo Vhfrat is backup withholding, later- rurrn W_g (f<ev. 11-20171 T'axraayer Identification Number (TIN) Entar+�orrr TI II !1 e lri.l.- t.. . T 1- 11•,a ,.:I_ 1 a'C, 11,1 ar 't tl 12 63r1 J 91;cn • fl :r )* I to nvold18-0(;1 ry; 11 r JVIdL 11. 'r1 1 r1i 1,r- ,ur I .__ t1n1 11 1 L r if! v,e er. for % 1,1 r.J1 F 1 i',t 1 (= r :'I , r I c ur1tY Ll� 1u+r,.h P f ,. l tr.1 ,� Ird1 11 •� l 1r 1 ,[1 c• ll r Irl R-11itiek,, it is tour Hn1, ... i_ ! t l..n'r 1. 111n , :-r,_ 111,..1 yo .1 a F. I1 1.. ro 1 L..uIJ.r, Sc . H0'ev ,ei a TIN, later- or _• Note: If the alODDLInl is in mora than ona name, see the instructions for hide 1, Also see Wy at Name and id++G lri``iwtsun number the Requester for rquidelines on-,vhose number to enter. Plumber To Give Certlficati0n - Under penalties of penury. I oertifythat: 1. TI', :r, i -'1 to-.,,rN n 11lir: fr r ! r; 1 t vcct lam i ,aillny fora nurnberto be i,wued 1D me); and , not LI :.1 -IJ III I, .[!u " 1 r r tr„ri G.A::, up rr!l( hu r:a. nr 11 i have not peen notified by the Hernial Revonue :. r :.ult u' 1 IL,Iurii t0 ropo , all Intl:+laSi or cllvidenas, or (c) the IRS has notified me that I Im I,V I']'lCfUr ;i L.l.y<'CI CU roc!€ 'p ,r ti-rhui. dl-i'!i; tile;, 3. I aril a U,S, cltlzun or other U.S. person (defined below); and Tf le• 1A I CA t f-u.:Is. onl ^_ r; i'tl fr rn ! r,r,;'' in'yir-1 ,r 1 th, !I I :rn • pt {horn T- ATCA t1; prortircl 1.'rF'�t. Cr'r"[IficaUorl II1cn1{rtlnn;. rah r I.t Il 1,1 =c J I`:r Ih= li,:i th ll ;u' 1 J r LirrC.I11I F f I1 I II :1:11 111 •.....159 �•>_,u 1 .1.•� i,l L l 15j LI r lir •t"-! ri Ir 1 r •I Lr; ',i t, t i trant3 l 1 11 T 1' -t,r,l 1 Irl 1 - 1 f 1 • 1' •7 t -t,:; .rl",Il •;r1 ,:r L,lf iUurt to":. •.. J " : . r.: II I:a 1: " r{ .::I C II I •' I I:.1J L .i.i' f r-, -ni r r ;,. I" J ' I. 11 1 1:ej cJc LL.r pally, !, er ".il l h.lcrc°• :u1.1 cif•, .(-.r ''L1 :!-...•:;:�. .i •1) 1 L_.111::1, •1 ,: , A dr111 1 prCv'a"J.7 +r :r , t iF4. :. -h 1•Ur f'clrl I'... ,!1<•r�. :•�I[�tl 8lgnature o} r Here U,S. parson i � it I ✓ �� r General lnstruct�i-)ns Soctlon references ere to the Internal Revenue nosed, otherwise Future developments. For the latest information shout uevelopments relatod to Foern W-9 and its instruCtior,3, such as lacgislalion enacleu after they were published, go to vrv1vv.rls-gov+FounW.9. Purpose of Form 1 "1r:!c'_ 11 orc,rr:1y';Fall-r Yr- r.';1..,. 1• 6 ;,it.)is 1,_d to filo an Ini. '1':1:3•.:'1 rmi. jr n •,.:4 f, .'�'_ LrIL . l '.1f cc -r ":" :°'Ir vF' rr1��..... ul•. 1111 -t 1:: u. (11N) wh;,,h 11:I% I:". .1 .•..,aril,' 1:;1rn t3at dL;ll t,-r,tt'n:f. ICC ltif C71Jnl! It; :'J -1-r .IdI u;n .,1 cir;lli:i l.vr,1'.,n''.L^_r L'��f•,;. C1 :, ^a", ,;rdnl,..tic:rr Ir.1rubOr I r:gJCa'. .'d +. ill `C-'`rjt::�r' r•e'li'.1 ..1,. .:1 n'. r' 1'! ,;1•.J ,au, Ur e:lx;1 ul i.. •., ::11 3'1 Ct 101 .'r.:1!1:3:-, 1 -'l l• �":. F->:.-. .- J [,' 1�1?L;l'!r!elt l C-1 + ..1_•.,1'��nc:Earr�':-„ s-� {1-='�r •1rin�J. Merest earned or F Date► 10/10/2019 • Form 1099 -DIV (dividends, including those from stocks ormu:ual funds) • For1-1 1099-MISC (various types of inr,:orne, prizes, a'.uards, or gross proceeds) • Form 1099-6 (stock or mutual fu rid sales and certain othe' transactions by orokem) • Fo•r-i 1099-S (proccods from real estate transactions) • Form 1099-K ';merchant card arid third party iwNwirk transactiors) • Ford 1098 (h.ome mortgage interest), 1098-E,student loan inturest). 1098-T (tuition) • Forrn 1099-C (canceled debt] • Form 1099-A (acquisition or abandonment of secured pfopertyi Use Form Y'1-9 only if you are a U,S- person Qncluding a resident alien), to provide your ccrrei t TIN, if y ou do not r'v?urri Foar? W-91 io aw roqueSter rv4h a TW, ycir might be subfew to barkufi wivihr-hrSeo Vhfrat is backup withholding, later- rurrn W_g (f<ev. 11-20171 A�k CIT Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFI CA TIONS FOR S DASH POINT ROAD IMPROVEMENTS PROJECT # 212 RFB # 19-008 TIB GRANT # P -P -113(P01)-1 CONFORMED CONTRACT DOCUMENTS City of Federal Way Public Works Department 33325 8th Avenue South Federal Way, WA 98003 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR S DASH POINT ROAD IMPROVEMENTS PROJECT # 212 RFB # 19-008 TIB GRANT # P -P -113(P01)-1 Bids Accepted Until 10:00 a.m., December 13, 2019 at City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 .W"',. 44 OV W.A.31, OV WASy ■ C s 3 )8U4 <v G.C�FGISTER tS�% ♦ JC Rot 'TL•R��' `� G' l' ♦ t�S'S G� ICNAL 'Zu1 J ♦ ♦ BONA L 4 ►. ■ ■.411/14/2019 Prepared By: City of Federal Way Public Works Department The contract plans and specifications for this Project have been reviewed and approved by: SAO Public Works Director/ Deputy Public Works Director CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-i PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06. 11 TABLE OF CONTENTS PAGE ADVERTISEMENT FOR BIDS...............................................................................................................................1 INSTRUCTIONS TO BIDDERS & CHECKLISTS..................................................................................................2 BIDPROPOSAL.....................................................................................................................................................4 BIDBOND.............................................................................................................................................................12 SUBCONTRACTOR LIST....................................................................................................................................13 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................14 PROPOSAL FOR INCORPORATING RECYCLED MATERIALS.......................................................................15 ASBESTOS -CEMENT (AC) PIPE/MATERIAL PROCESSING CERTIFICATION..............................................16 PUBLIC WORKS CONTRACT.............................................................................................................................17 SAMPLE CONTRACT CHANGE ORDER...........................................................................................................24 CERTIFICATE OF INSURANCE..........................................................................................................................26 PERFORMANCE AND PAYMENT BOND...........................................................................................................27 CONTRACTOR'S RETAINAGE OPTION............................................................................................................29 RETAINAGE BOND TO CITY OF FEDERAL WAY.............................................................................................30 tlnu�ni n � n SPECIAL PROVISIONS- SCHEDULE A (ROADWAY IMPROVEMENTS) ..................................... BLUE PAGES CITY OF FEDERAL STANDARD PLANS AND DETAILS............................................................ WHITE PAGES WSDOT STANDARD PLANS......................................................................................................... WHITE PAGES SCHEDULE B SPECIAL PROVISIONS - SCHEDULE B (WATERLINE IMPROVEMENTS) ..........................YELLOW PAGES APPENDIX A - SUGGESTED CONSTRUCTION SEQUENCE .................................................... WHITE PAGES APPENDIX B - ASBESTOS HANDLING...................................................................................... WHITE PAGES APPENDIX C - LAKEHAVEN WATER & SEWER DISTRICT STANDARD PLANS ................... WHITE PAGES APPENDIX D - WSDOT STANDARD PLANS.............................................................................. WHITE PAGES APPENDIX E - LAKEHAVEN REFERENCE INFO (RECORD DWGS & POTHOLE INFO)........ WHITE PAGES PREVAILING WAGES AND BENEFIT CODE KEY.......................................................................... PINK PAGES PROJECT PLANS............................................................................................................. BOUND SEPARATELY CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-ii PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06. 11 ADVERTISEMENT FOR BIDS S DASH POINT ROAD IMPROVEMENTS SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids through December 13, 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 (2nd Floor), City Hall 33325 8th Avenue South, Federal Way, Washington 98003 at 10:05 a.m. on December 13, 2019. This project shall consist of: Improvements along the south side of S Dash Point Road, including new asphalt concrete pavement, curb and gutters, sidewalks, drainage improvements, watermain replacement, hyrdrant relocations, retaining walls, traffic signal modifications, illumination, landscaping, and other work. The City anticipates awarding this project to the successful bidder and executing the contract and all required documents in early 2020 (January or February). The City will work with the Contractor to determine a start work date which will be no later than April 6, 2020. Regardless of the date of award or Notice to Proceed, the Contractor must complete all work within 110 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. QUESTIONS: Any questions must be directed to Christine Mullen, P.E., Senior Capital Engineer, by email at Christine. Mul len@cityoffederalway.com, 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 2020 (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. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids consistent with the City's policy to 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 November 15, 2019 and November 22, 2019 Federal Way Mirror Publish November 15, 2019 and November 22, 2019 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-1 PROJECT #212 / RFB #19-008 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 Christine Mullen, P.E., Senior Capital Engineer, by email at Christine.Mullen@CityofFederalWay.com, 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-2 PROJECT #212 / RFB #19-008 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. Q� Contractor Certification — Wage Law Compliance: This form shall be filled in and fully executed by the bidder. Proposal for Incor2orating Recycled Materials: This form shall be filled in and executed by the bidder Asbestos -Cement (AC) Pipe / Material Processing Certification: This form shall be filled in 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. ❑ Contractor's Retainacte Option: The successful bidder will fully execute and deliver to the City the Contractor's Retainage Option ❑ Contractor's Retainage Bond: If the retainage bond option is chosen, then the successful bidder will fully execute and deliver to the City the Contractor's Retainage Bond. ❑ Business License: The successful bidder will provide a copy of a current Business License with the City of Federal Way. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-0 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06. 11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BID PROPOSAL S DASH POINT ROAD IMPROVEMENTS PROPOSAL SUBMITTED TO: City of Federal Way 33325 8th Ave South Federal Way, Washington 98003-6325 PROPOSAL SUBMITTED BY::1�,,, Bidder: yqG r r UC- o � —we'- OY) TjuG• Full Legal Name of Firm Contact: o (13TjZ--6rA M7- 1 Individual with Legal Authority to sign Bid and Contract Address: 671 10 plI Ug� Street Address q6q,11 City, State Zip Phone: 2 S3. ,11V 101, E -Mail: AVID LCi AV�GOhsT1'NG��1'�• (,01'Yl Select One of the Following: >-' corporation r❑ Partnership. ❑ Individual ❑ Other State Contractor's License No �G'�� — l/l�� 19 �L— State Contractor's License Expiration Date. Y I 1 - 1 .44-1 Month Day Year State UBI No.: e 2? oo1 State Worker's Comp Account No : 321915 -GID- o CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-4 PROJECT #2121 RFB #19-008 CFW RFB VERSION 2019.06. 11 Provided 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 all 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 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. SCHEDULE A: ROADWAY IMPROVEMENTS — S DASH PT RD SIDEWALK PROJECT All unit prices shall include applicable sales tax (Roadway Improvements) Item No. Spec. Div. Bid Item Description UNEXPECTED SITE CHANGES ADA FEATURES SURVEYING AS -BUILT SURVEY & RECORD Unit Plan Qty Unit Price Amount 1 1-04 1-05 1-05 FA 1 $10,000.00 $10,000.00 2 LS 1 300. 00 300. a ° 3 LS 100 ZZod• 00 ZZOO, DRAWINGS 4 1-05 STRUCTURE SURVEYING LS 1 Zl✓� 00 2150. 00 5 1-05 ROADWAY SURVEYING LS 1 �3�• 00 6,JD Oo LS 1 �000.Oo g000. 00 6 1-06 MATERIAL TESTING 7 1-07 SPCC PLAN LS 1 1'50. 011 IJP• DO 8 1-09 MOBILIZATION LS 1 54'.507.2", s/�5g7.2T 9 1-10 TEMPORARY TRAFFIC CONTROL LS 1 IN 950.°" tor, g$0, 00 HR 200 3.7� •��• 00 10 1-10 PORITABLE CHANGEABLE MESSAGE SIG-- 11 1-10 - OFF-DUTY UNIFORMED POLICE FA 1 $1,500.00 $1,500.00 OFFICER 12 1-10 PROJECT SIGNS (4'X8') EA 2 ,9-000 2Cjj�(j, Oo 13 2-01 CLEARING &GRUBBING LS 1 Zq, 45vo. O ;?1 qw. 00 14 2-02 REMOVE EXISTING STORM SEWER PIPE LF I 220 Q� 00 3%s Oo 15 2-02 SAWCUTTING LF 950 16 2-02 REMOVAL OF STRUCTURES AND LS 100 95UD 0 00 -/SW' OBSTRUCTIONS 17 2-03 GRAVEL BORROW INCL. HAUL TN 20 37 OO �%y0.Oa CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-5 PROJECT #2121 RFB #19-008 CFW RFB VERSION 2019.06. 11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 18 2-03 ROADWAY EXCAVATION INCL. HAUL SHORING OR EXTRA EXCAVATION, CLASS B CY 500 q 7. 50 70 11 19 2-09 SF 3500 6.5'0 o0 20 4-04 CRUSHED SURFACING TOP COURSE TN 110 1/6-00 121 760. Oo 21 22 4-04 5-04 CRUSED SURFACING BASE COURSE TEMP PAVEMENT MARKING TEMP PAVEMENT PLANING BITUMINOUS PAVEMENT HMA CL 1/2 IN PG 64-22 MODULAR BLOCK WALL TN 300 LILY 50 A2, 35o 00 LF 3000 0 245r '?jqV. 00 23 5-04 TN 50 2�. Da I / a0D 00 24 5-04 SY 2500 00 %Soda• Oo 25 5-04 TN SF 620 255000 Izo00 S3 • 711 yoo 00 po l3 )15D 26 6-13 27 7-01 DRAIN PIPE - 6" DIAM LF 60 ��, �` 1170-60 28 7-04 DUCTILE IRON STORM SEWER PIPE - 12" DIAM LF 120 D0 GfL�6o 00 29 7-04 HDPE STORM SEWER PIPE - 12" DIAM LF 650 3G, 0D ZrJ ,3�• 30 31 7-05 7-05 CONNECTION TO EXISTING DRAINAGE STRUCTURE CATCH BASIN TYPE 1 INLET PROTECTION EA 2 /Do D 17S-+ 00 �3� EA 6 o 00 7-1,00.00 32 8-01 EA 4 ��• 00 3-)2.00 33 8-01 HIGH VISIBILITY FENCE LF 850 34 8-01 EROSION CONTROL & WATER POLLUTION PREVENTION LS 1 3350. Op 35 36 8-02 8-02 PSIPE ACER X FREEMANII 'JEFFERSRED' / AUTUMN BLAZE MAPLE, 2.5" CAL, 12'-14' HT PSIPE OTTO LUYKEN LAUREL, 5 GAL EA 18 / �1,tA, O0 EA LF CY 12 288 130 -00 �6. Ob , DO q6 po 37 8-02 ROOT BARRIER 38 8-02 TOPSOIL TYPE A CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-0 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06 11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 39 8-02 SEEDED LAWN INSTALLATION SY 750 SD �r 00 40 8-02 BARK OR WOOD CHIP MULCH CY 25 �ZJ p0 /r 15D- OD V 41 8-02 PROPERTY RESTORATION FA 1 $5,000.00 $5,000.00 42 AUTOMATIC IRRIGATION SYSTEM, 8-03 COMPLETE LS 1 23500. Oa Z3, 5VOL 00 43 8-04 CEMENT CONC. CURB & GUTTER LF 850 QO 41 0�• Ov 44 8-09 RAISED PAVEMENT MARKERS TYPE 2 HUND 0.55�1oo ✓ �% o. 00 45 8-12 BLACK VINYL COATED CHAIN LINK FENCE LF 720 q3. 5D Do 3 �, 320• 46 47 8-14 8-14 CEMENT CONC. CURB RAMP CEMENT CONC. SIDEWALK EA SY 5 640 Z�00 ioO- 94010 00 l� Doo. /A "0. Al 48 8-20 ILLUMINATION SYSTEM, COMPLETE LS 1 63 3So-0� 63 350, 00 49 8-20 SIGNAL MODIFICATIONS, COMPLETE LS 1 V O p� r 03 5-(20 0c, 50 8-22 PAINTED BICYCLE LANE SYMBOL EA 3 8-Qp C.;j�(,/ o0 51 8-22 PLASTIC STOP LINE LF 25 J� SQ 3'� TO 52 8-22 PERMANENT SIGNING LS 1 �2 Pa L120, 00 53 54 8-22 8-22 PLASTIC CROSSWALK LINE REMOVE PAVEMENT MARKINGS SF 140 5 rCp ��Q, '60 LS 1 too. 00 00 55 8-22 PLASTIC LINE LF 1,050 Sr%s-� DD 56 8-22 PROFILED PLASTIC LINE LF 2,100 3, SV DD 57 8-30 POTHOLING FA 1 $10,000.00 $10,000.00 58 8-30 RESOLUTION OF UTILITY CONFLICTS FA 1 $10,000.00 $10,000.00 TOTAL - SCHEDULE A $ gZq,v jo,Z5 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-7 PROJECT #2121 RFB #19-008 CFWRFB VERSION 2019 06 11 ADDENDUM #1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE B: LAKEHAVEN WATERMAIN IMPROVEMENTS All unit prices shall NOT include applicable sales tax. Sales tax should be applied to the subtotal for this bid schedule. Item No. Spec. Div. Bid Item Description Unit Plan Qt Unit Price Amount 1 1-04 MINOR CHANGE FOR WATER FA 1 $7,500.00 $7,500.00 FACILITIES 1-05 ROADWAY SURVEYING FOR WATER 2 See Schedule A FACILITIES AS-BUILT SURVEY & RECORD 3 1-05 DRAWINGS FOR WATER FACILITIES 1-06 MATERIAL TESTING See Schedule A 4 See Schedule A 5 1-07 PERMITS O42 OD 6 1-07 SPCC PLAN MOBILIZATION TEMPORARY TRAFFIC CONTROL See Schedule A 7 1-09 See Schedule A See Schedule A 8 1-10 9 2-01 CLEARING & GRUBBING See Schedule A 10 2-01 PARKING LOT RESTORATION LS 1 113 _00 OD 11 2-02 REMOVE AC WATER MAIN (6") LF 755 12 2-02 REMOVE DUCTILE IRON / CAST IRON WATER MAIN LF 50 D�•00 Sao 00 (8") EA 3 2� Do /Do 13 2-02 REMOVE AND SALVAGE WATER VALVE 2-02 8" REMOVE HYDRANT ASSEMBLY 14 EA 2 �D. DO IWO. 00 15 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS LS 1 3��►j. Do 3000. 60 16 2-09 TRENCH SAFETY SYSTEMS LS 1C/ OD �0D• 00 17 2-09 SHORING OR EXTRA EXCAVATION, B SF 4,110 Q, �CL.. 18 5-04 TEMPORARY PAVEMENT TN 100 00 000, 00 19 7-09 DUCTILE IRON PIPE FOR WATER MAIN 6" DIAM. LF 65 7q 20 7-09 DUCTILE IRON PIPE FOR WATER MAIN 8" DAM. LF 840 67.50 59;.,700• QO CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-8 PROJECT #2121 RFB #19-008 CFW RFB VERSION 2019.06. 11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 21 7.09 ADDITIONAL DUCTILE IRON LB 200 DO ox.GD SCHEDULE B: LAKEHAVEN WATERMAIN $ 235', X38. 7S FITTINGS TOTAL BID AMOUNT 1 l 22 7-09 MODIFIED PERMANENT BLOWOFF EA 1 g7Qo. 0a (, -Mo. 00 ASSEMBLY 23 7-09 CONNECT TO EXISTING WATER EA 6" DIAM��• 2 BD / 0, MAIN CONNECT TO EXISTING WATER MAIN 8" DIAM EA (oSoo• 24 7-09 1/bo• 40 //1&0. Od REMOVAL & REPLACEMENT OF 25 7-09 UNSUITABLE FOUNDATION CY 20 Q OO /160• 00 MATERIAL O0- 26 7-09 CRUSHED SURFACING TOP COURSE BACKFILL CY 230 2a QODO �7D• 31,7y0• FOR TRENCH 27 7-09 CONSTRUCTION SEQUENCING GATE VALVLE, 8" HYDRANT ASSEMBLY LS 1 ��, A7 /5D. Oo 28 7-10 EA 7 %/30�• 00 g��O 00 29 7-12 EA 2 (C�fibO goo Da 30 7-14 REPLACE WATER SERVICE 1" EA 1 I /`g��• Ov ao �D�. CONNECTION, EROSION CONTROL & WATER 31 7-15 See Schedule A POLLUTION PREVENTION UTILITY POTHOLE (WATER FACILITY 32 8-01 EA 1 / 00 DU INSTALLATION) �Ip�j�'� RESOLUTION OF UTILITY 33 8-31 CONFLICTS (WATER FACILITY FA 1 $5,000.00 $5,000.00 INSTALLATION) SUBTOTAL - SCHEDULE B $ SALES TAX (10.0%) $ TOTAL -SCHEDULE B $ Z �3g 7s BID SUMMARY ITEM BID AMOUNT SCHEDULE A: ROADWAY IMPROVEMENTS - $ t�I Lo Z +� S DASH PT RD SIDEWALK PROJECT �O SCHEDULE B: LAKEHAVEN WATERMAIN $ 235', X38. 7S IMPROVEMENTS TOTAL BID AMOUNT (including Washington State sales tax, all other $ 111-59,151-00 government taxes, assessments and charges) CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-0 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06. 11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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. 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, & NON-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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB40 PROJECT #212 / RFB #19-008 CFWRFB VERSION 2019.06.11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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.0 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. _— Date Issued: 1Z -019 Addendum No. Date Issued: 12/2-01.q Addendum No. Date Issued: 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. Signature Akyo, CccumAl Printed Name Title Subscribed and sworn to before me this �2k�l day of �ND° e-rn1�rr , 20 11. 0 LAJo �.�L1 Sign t re ofotary w - 2273 Ny�� Printed name of Notary N0Notary Public in and for the State of Washington --►•• ip My commission expires: C)--1 ';19 Z::j- PUBLIC ''3 r F WASH ►- CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-11 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06. 11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BID BOND S DASH POINT ROAD IMPROVEMENTS 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, Active Construction, Inc. I as Principal, and Liberty Mutual Insurance Company 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 13th DAY OF Active Cflt rt Principal — Signatfrm of Aul prized Official peesla,5, Title December 19 . Liberty Mutu rance orippany SU y Attorney in Fact olli Albers,-Attorney-rrt-Fa,,t (Attach Power of Attorney) Name and Address of Local Office/Agent of Surety Company is Propel Insurance 1201 Pacific Avenue. Suite 1000 Tacoma. WA 98402 RECEIVED I)EC '12 2030 ACI CITY OF FEDERAL WAY NOVEMBER 2019 S DASH POINT ROAD IMPROVEMENTS RFB-12 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06.11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.hxwa.com - Always Verify Scal Liberty Mutual. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8200930-023049 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Holli Ali,cr., Heather L. A IIc,t, James B Binder. Brandon K Rush, C'ar'iev Esp.ir itu.. Jacob T I laddock, Diane M I lardlrig, Brent E. i leilcscrr, Kyle Joseph l k}«:rt, Cynthia L 1 i�, Ah on A 4i I:n,�r, C'rtrisiopher F iron. %lic +.tel > 13'ny[:ciJ. Janeic 1. Nlwklucs LLica 1.. '�1uslcy, Anuiclics XI Ricinc, Sara So) 3e Sclon, llu I'c:cell Sha ikli:. Jr Karen C. Swanson, Misr, %t ':cit: Fri A /iii,: ICNTIun all of Ne city o. --Tacoma--.- state of 1Vaoinkmn each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its i:eha:f as surety and as iN act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of April 2019 Liberty Mutual Insurance Company 4 tNsu'R 010 INS& a NKSt��4 The Ohio Casualty Insurance Company R,PaaePtl'�l�yf+ y`Y�caR�O'�'r West American Insurance Company a co g 1912 o ; 1919 1991 0 i11 �cnlYg db HA AlPS,`,ab 4'S, �ND:..11h LTi it•..i'F+.• •.: �. • -,. By: _ rn David M. Carey, Acssi;+.ant Secretary � State of PENNSYLVANIA County of MONTGOMERY ss On this 17th day of April , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance I O Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes � therein contained by signing on behalf of the corporations by himself as a duly authorized officer. c� W IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. q�'Q �,yrrriWEM �(` COMMONWEALTH of PENNSYLVANIA1 ,� t•= Notarial Seal .r 15F Teresa Paslella, Notary Public Upper Merion Twp-, Montgomery County By: My Commission Expires March 28, 2021 erase Paslella, Notary Public 4Ay . Member, Pennsylvania lw•ucnumv ur Naw>+rtd This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insuramcs Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full form and affect and has not been revoked. ' IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 13th day of December , 2019 . �V 1NS04 LAY INS& %N5,ffi r ' GaRpo�r ,Lm YS 17 1,Ugpo� f�•q�0 =�,y�'rcri4 fFoy� 1912 y 0 0 1919 1991 n Y� vS ACHuSf' �b� C7 Y�"'A MV -1 bio '40PAMt b By. --- --- -- s�, as Renee C I_fe.vellyn, Assistant Secrelary 1 M . k LMS -12a73 LMIC OCIC WAIC Multi Co 06201a `oma M O � C L ca O ca O V7 0 C � C o � n oD m� > O N It r oNo M `c o� to o U — oT SUBCONTRACTOR LIST Local Agency Name V CITY OF FEDERAL WAY II Lxxol Agency Address 33325 8TH AVE S FEDERAL WAY, WA 98003 Project Name Local Agency Subcontractor List Freparedin comuriance +nth RCW39.30. 060 as amended To Be Submitted with the Bid Proposal k �d ar' COW �J�YI pROI�f�Y�h37"� Failure to list subcontractors with whom the bidder, if awarded the contract, will directly subcontract for 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 i2CW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(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 18.106 RCW, and electrical as described in Chapter 19.28 RCW inust be listed below. The work to be performed is to be listed below the subcontractor(s) name. To the extent the Project includes one or more Wttagrigj of wgrk referiened in RCW 39,30.060, and no ubscrltrr_ctor bs listed bgloW to perform sugh work, the bidder certifies that the work will either ill be Iperf4r(m0by the bidder Itself, or Irl) be Perfornted by a lower tier Subcontractor who will not Contract directly With the bidder. Subcontractor Nan>e ME E Ale 67 /i G Work to be PerformedC•7Csi� Subcontractor Name Work to be Performed Subcontractor Narne Work to be Performed TXL1Yy� ¢j�1•- Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Bidder's are notified that is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the ins,allation is for future use and no wiring or electrical current is connected during the project. SR LUT F0m13i1-015A EF RQ%1rAd C,92012 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB43 PROJECT #2121 RFB #19-008 CFW RFB VERSION 2019.06, 11 Provided 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. AC:7�Qe, OMST -T]On -TAYC- Print Full Legal Name of Firm By Signature of Authorized Person Title: '( m6n;� FAil— Title of Person Signing Certificate Date 12113/11 CITY OF FEDERAL WAY NOVEMBER 2019 Print Name of Person Making Certifications for Firm Place: 1� 60M)q Print City and StateWhere Signed S DASH POINT ROAD IMPROVEMENTS RFB-14 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06.11 Provided 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 9-93.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage: V percent. Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of award. unless two or more lowest responsive Bid totals are exactly equal. in which case proposed recycling percentages will be used as a fie -breaker, per the APWA CSP in Section 1-03.1 of the Special Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project, in accordance with the APWA GSP in Section 1-06.6 of the Special Provisions. Bidder: 0&-nW T -AX, Signature of Authorized Official: Date: JQ! 13�l CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB45 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06. 11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ASBESTOS -CEMENT (AC) PIPE/MATERIAL PROCESSING CERTIFICATIO AC PIPE 1 MATERIAL HANDLING IN TRENCH WILL BE PERFORMED BY: CONTRACTOR / SUBCONTRACTOR NAME Affordable Environmental Inc L&I ASBESTOS CERTIFICATION NO. ABCN00001427 JOB CERTIFIED ASBESTOS SUPERVISOR Anthony M Chase L&I ASBESTOS CERTIFICATION NO.: ABAS00008156 DEPARTMENT OF LABOR & INDUSTRIES CERTIFIED ASBESTOS WORKERS NAME: Luis Arroyo NAME: Jose Penaloza NAME. Uriel Medel L&I ASBESTOS CERT. NO.' ABAS00034599 L&I ASBESTOS CERT. NO.: ABAW00034712 L&I ASBESTOS CERT. NO : ABAW00037086 AC PIPE / MATERIAL HANDLING IN TRENCH WILL BE PERFORMED BY: CONTRACTOR / SUBCONTRACTOR NAME' L&I ASBESTOS CERTIFICATION NO.: JOB CERTIFIED ASBESTOS SUPERVISOR. L&I ASBESTOS CERTIFICATION NO.: DEPARTMENT OF LABOR & INDUSTRIES CERTIFIED ASBESTOS WORKERS NAME: L&I ASBESTOS CERT. NO.. NAME: I L&I ASBESTOS CERT. NO. NAM E: 4C FfPE / MATERIAL HANDLING IN TRENCI CONTRACTOR /SUBCONTRACTOR NAME. L&I ASBESTOS CERTIFICATION NO.: JOB CERTIFIED ASBESTOS SUPERVISOR L&I ASBESTOS CERTIFICATION NO. L&I ASBESTOS CERT. NO ORMED 6Y­.- DEPARTMENT Y: DEPARTMENT OF LABOR & INDUSTRIES CERTIFIED ASBESTOS WORKERS NAME; L&I ASBESTOS CERT. NO NAM E: L&I ASBESTOS CERT. NO.. NAM E L&I ASBESTOS CERT. NO.: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-16 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2099 06.19 Provided to Builders Exchange of WA, Inc. For usaae Conditions Ag-eement see »ww.hxwa.com - Always Verify Scal PUBLIC WORKS CONTRACT THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this -t day of 2020 and is made by and between the City of Federal Way, a Washington municipal corporation ("City , 0)ner"), and Active Construction. Inc., a Washington Corporation ("Contractor"), for the project known as S Dash Point Rd Improvements (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 One Hundred Fifty-Nine Thousand One Hundred Fifty-Nine and 00/100 Dollars ($1,159,159.00), 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. 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-17 PROJECT #2121 RFB #19-008 CFW RFS VERSION 2019.06. 11 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. 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-18 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06. 11 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 Reieese. 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. 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-19 PROJECT #212 / RFB #19-008 CFW RFS VERSION 2019.06. 11 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 Worm 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 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-20 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06. 11 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 Sale 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 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 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: Christine Mullen, P.E., Senior Capital Engineer (City of Federal Way) 8.16 Notices. 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-21 PROJECT #2121 RFB #19-008 CFW RFB VERSION 2019.06. 11 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: Active Construction, Inc. Attn: David Ceccanti 5110 River Road E Tacoma, WA 98443 ENGINEER: City of Federal Way Attn: Christine Mullen, P.E. 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. CITY Ei7E L WAY: CON AC70R: An/e P. Mayor Signaof Authorized Individual 3 25 8th Avenue South ederal Way, WA 98003-6325 Scott Morse, Vice President Printed Name of Authorized Individual A TEST: 5110 River Road E µ'�.... ; Street Address 4pp AED ey, CM Crty Clerk Puyallup WA 98443 O FORM: City, State, Zip = d qr J. Ryan Call, City Attorney +,�5 t�! Q a 111'4 ' •rrrrtu uuut` CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-22 PROJECT #212 I RFB #19-008 CFW RFB VERSION 2019.06. 11 NOTARY OF CONTRACTOR'S SIGNATURE STATE OF WASHINGTON ) ) ss. COUNTY OF Pierce ) On this day personally appeared before me Scott Morse , to me known to be the Vice President of Active Construction}, Inc. that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/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 29th day of January 2020 Amanda G. Sampson, otary Public (typed/printed name of notary) Notary Public in and for the State of Washington. My commission expires 9-11-2022 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-23 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06. 11 SAMPLE CONTRACT CHANGE ORDER PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER PROJECT TITLE SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The time provided for completion in the Contract is EFFECTIVE DATE CONTRACTOR -] 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: DEPARTMENT RECAP TO DATE: INCREASE DECREASE $ 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 goveming the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-24 PROJECT #212 / RFB #19-008 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. CONTRACTOR'S SIGNATURE DATE PUBLIC WORKS DIRECTOR DATE Contract Change Carder provided for Contractor's reference, Change orders executed during the project will use this form. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-25 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06. 11 CERTIFICATE OF INSURANCE Contractor's Certificate of Insurance to he inserted here during Contract Execution CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-26 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06. 11 Client#: 142662 ACTICONS3 ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYV) CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS 1/23/2020 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(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT wAME Anna Reid Propel Insurance a/c800 499-0933 FOX, No 866 577-1326 AIC Tacoma Commercial Insurance ,.Ext)ON E-MAIL ana.reid@propelinsurance.com aniia.reid@propelinsurance.com 1201 Pacific Ave, Suite 1000 ADaREss: C INSURER(S) AFFORDING COVERAGE NAIC # Tacoma, WA 98402 INSURER A: Valley Forge Insurance Company 20508 INSURED INSURER B : Continental Insurance Company 35289 Active Construction Inc INSURER C National Fire Ins Cc of Hartford 20478 PO Box 430 Puyallup, WA 98371-0162 INSURER DS` " INSURER E: INSURER F; BODILY INJURY (Per accident) $ 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 CONTRACTOR 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. INSFt'ADDL SUBR LTR TYPE OF INSURANCE IN$R_�WVD_ POLICY NUMBER POLICY EFF POLICY EXP (MMIDDIYYYY7 :(MMn2fYYYY1 LIMITS A X COMMERCIAL GENERAL LIABILITY i 5093447379 6/15/2019 06/15/202EACH OCCURRENCE $1,000,000 CLAIMS -MADE O OCCUR DAMAGE TO RENTED PRF.MISE.S Ea occurrence $500, OOO _ X PD Ded:5,000 MED EXP (Anyone person) $15,000 PERSONAL BADVINJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: RO POLICY a JECT ❑ LOC GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG ($2,000,000 OTHER: $ C AUTOMOBILE LIABILITY —XI ANY AUTO 5093447351 6/15/2019 06/15/202 COMBINEDSINGLE LIMIT Eaaocidenl $1,000,000 BODILY INJURY (Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per acddenl X AUTOS ONLY X NON -OWNED AUTOS ONLY $ B UMBRELLA LIAB OCCUR HX 5093447365 6/15/2019 06/15/2020 EACH OCCURRENCE $9,000.000 AGGREGATE $9,000,000 XI EXCESS LIAB CLAIMS -MADE $ DED X RETENTION$10000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRii5TU13fPARTN�?RyEXECUTIVE YIN OFF;CERIMF,fBER EXCLUDED -1 I NI NIA 5093447379 WA Stop Gap ONLY 6/15/2019 06/15/202 PER OTH- E.L. EACH ACCIDENT $1,000,000 E L. DISEASE - EA EMPLOYEE $19000,000 (Mandalory in NH) If yes, describe under DESCRIPTION OF OPERATIONS belowE.L- DISEASE -POLICY LIMIT $1 000 000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: ACI Job No. 19-045 / S. Dash Point Road Improvements Additional Insured Status applies per attached form(s). Waiver of Subrogation applies per attached form(s). GtRIIFIUAIF_ HULL)tR L;ANC:tLLAIJUN City of Federal Way 33325 8th Avenue South Federal Way, WA 98003-6325 ACORD 25 (2016/03) 1 of 1 #S3987071/M3679298 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE -DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AMR00 This page has been left blank intentionally. CNA Primary and Noncontributory - Other Insurance Condition Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART It is understood and agreed that the condition entitled Other Insurance is amended to add the following: Primary And Noncontributory Insurance Notwithstanding anything to the contrary, this insurance is primary to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. the additional insured is a named insured under such other insurance; and b. the Named Insured has agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 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. CNA74987XX (1-15) Page 1 of 1 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA Al Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This page has been left blank intentionally. ate► Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non -Contributory To Additional Insured's Insurance 3. Bodily Injury — Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury — Exception for Reasonable Force 11. General Aggregate Limits of Insurance — Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability — Damage To Premises / Alienated Premises / Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non -owned Aircraft Coverage 19. Non -owned Watercraft 20. Personal And Advertising Injury — Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation — Blanket 26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs CNA74705XX (1-15) Page 1 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. cera Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co -owned by a Named Insured and covered under this insurance but only with respect to such co -owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. CNA74705XX (1-15) Policy No: Page 2 of 17 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products -completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: a. the Named Insured's acts or omissions; or CNA74705XX (1-15) Page 3 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 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, CNA74705XX (1 - 15) Page 4 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement 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 (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing -business -as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k. and I. and replace them with the following: This insurance does not apply to: k. Damage to Your Product Property damage to your product arising out of it, or any part of it except when caused by or resulting from: (1) fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products -completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: CNA74705XX (1-15) Page 5 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. c�a Contractors' General Liability Extension Endorsement (a) fire; (b) smoke; (c) collapse; or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product -completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: CNA74705XX (1 - 15) Page 6 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension This insurance does not apply to: Endorsement p. Access Or Disclosure Of Confidential Or Personal Information And Data -related Liability Damages arising out of: (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or (2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. vNo coverage is provided for any act, error or omission of an estate, heir, legal CNA74705XX (1-15) Page 7 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 2. All medical expenses under Coverage C, 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. CNA74705XX (1-15) Page 8 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement 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: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: Contractual Liability the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement CNA74705XX (1-15) Page 9 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: i. add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; i. Speech therapist; j. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. ii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; iii. amend the definition of Insured to: a. add the following: • the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co -employee while in the course of the co -employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. CNA74705XX (1-15) Page 10 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. c�a Contractors' General Liability Extension Endorsement • the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co -volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES / PARTNERSHIP/ LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: j. Damage to Property CNA74705XX (1-15) Page 11 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. ate► Contractors' General Liability Extension Endorsement Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products -completed operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property damage to: i, tools, or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: CNA74705XX (1-15) Policy No: Page 12 of 17 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance services Office, Inc., with its permission. ate► Contractors' General Liability Extension Endorsement Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or (2) the amount shown in the Declarations for Medical Expense Limit. B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b) with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and CNA74705XX (1-15) Page 13 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved Includes copyrighted material of Insurance Services Office, Inc., with its permission. 18. NON -OWNED AIRCRAFT Contractors' General Liability Extension Endorsement Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON -OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to. Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. CNA74705XX (1-15) Policy No: Page 14 of 17 Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission c�a Contractors' Premises Related Discrimination General Liability Extension Endorsement discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from • Provision 1. ADDITIONAL INSURED of this endorsement; or attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability. B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE —ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. CNA74705XX (1-15) Page 15 of 17 Insured Name: Policy No: Endorsement No: Effective Date: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission CNA Contractors' General Liability Extension Endorsement 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS —COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products -completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor 2. Bodily injury or property damage included within the products -completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: CNA74705XX (1-15) Page 16 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. r � , Contractors' General Liability Extension Endorsement (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap- up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and ex.piros concurrently with said Policy. CNA74705XX (1-15) Page 17 of 17 Insured Name: Policy No: Endorsement No: Effective Date: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This page has been left blank intentionally. POLICY NUMBER: COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE 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 person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name Of Person(s) Or Organization(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 is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.I. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 This page has been left blank intentionally. POLICY NUMBER: COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) 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. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO THAT REQUIREMENT PRIOR TO LOSS Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the 'loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 This page has been left blank intentionally. Bond No. 023213190 PERFORMANCE AND PAYMENT BOND S DASH POINT ROAD IMPROVEMENTS The City of Federal Way ("City") has awarded to Active Construction, Inc. ("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 Liberty Mutual Insurance Company ("Surety"), a corporation organized under the laws of the State of Massachusetts 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 One Hundred Fifty -Nine Thousand One Hundred Fifty -Nine and 001100 US Dollars ($1,159,159.00) Total Contract Amount, subject to the provisions herein. 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. PRI IPAL: Active Construction, Inc. SURET Liberr _Mutual Insurance Company 2�.c) 01/23/2020 Principal Signature bate Surety Signature lscd2t MQ rse Printed Name *S� aucIVA ria � CITY L WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-27 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019 06.11 Holli Albers .� Printed Name Attorney -in -Fact Title M -, Vw' Z - . sy •. Mrs LOCAL OFFICE/AGENT OF SURETY: Propel Insurance Name 1201 Pacific Avenue. Suite 1000 Street Address Tacoma, WA 98402 City, State, Zip 253-759-22Q0 Telephone BOND NO.: 023213190 APPROVED AS TO FORM: d� J. Ryan Call, City Attorney CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-28 PROJECT #2121 RFB #19-008 CFW RFB VERSION 2019 06 11 A/111 ILUAl . SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8202815-023049 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Holli AIbCT %. Heather L A flen. James B Hirde.r, Amelia G 131:1 rr11. Brandon K Bush, Ca, Iev Ppir,tn, Jacob T I f , I {,.,.i: Diane M ] [ tiding, Brent E 1 [LI �scn, K� ]c JerseI Hoy+al Cyi—idat:t L .I:is , Aliceon A. Kclnier. C'li3 mt1plicr Kinynn, .� 4ssa ] E u �r- 191 hac S NIWISIW.ld, lar ,.r [ \L11 l.x� [:j L9 1, tito lc� Annelies M !t.Lhic. A!{y -- — _. Roinbuuh, Sera 5nphiC SCI u:. Dmiald Pereell `a1 amklm, Jr., Karen C tiwanscnr Mia% M. lt'chb, Lnc ; all of the city of I t on,a state of WA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, a0rowledge anti deliver, for and on ;is behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 2nd day of January , 2020 Liberty Mutual Insurance Company P4 1NSUOlt INs� ��y ►Nsr�RR The Ohio Casualty Insurance Company aJ a°a"°"' 1.1 1. 13, X000 W. U ao- 0"t s ¢� West Amencan Insurance Company 7. 1912 n d 1919 1991 f7 w 0 s m p d p ( N CHO� db yp "y Mv+� dD� is aaiAxh A x David M. Carey, Assistant Secretary State of PENNSYLVANIA 7, = County of MONTGOMERY ss M L CD C a)On this 2nd day of January 2020 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 0 3 Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes 17— > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W 7 1 3 IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. c CL ,�72 0 ` `4y wow t1 CO MMONWEALTH OF PENNSYLVANIA ®�- ` Oial Seat jr`\Q%�(�L�-� C xV �N OF as[lpMemr, PennNania Asadalion o(Nolarias By. Wn Expires March 28, 21121 �4srV4 Teresa Pastella, Notary Public © co �r �,C o 0 rrY Pennsylvania o L W This Powehof Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual p ,E- Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: d aa) a;ARTICLE IV — OFFICERS: Section 12. Power of Attorney "T o MAny officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the U President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety > o Cany and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers ofattorney, shall r N have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation When so executed, such " co Zinstruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey in -fact under the c c4 provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. c C? 00 ARTICLE 7{111— Execution of Contracts: Section 5. Surety Bonds au. U lrrak rgs. U - �A6y officer of the Conmp, ry ,..1'^.::r . e?d for that purpose in writing by the chaumroi or the president, and subject to such limitations as the chairman o: rhe president may prescribe, C- r shall appoint such riler::eys-.r -°ac: as may be necessary to act in behall o' Jie Company to make, execute, seal, acknowledge and deliver as surely any and all undertakings, +' bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. = I, Renee C. Llewellyn, the undersigned. Assislant Secretary. 1 he Uhic Casualty Insurance Company, Liberty Mutual Insurance Company, and West American lu rance ► nrj zany do hereby certify that the original dcww of atte-ney of which the foregoing s a fvi.• !rue and correct copy of the Power of Attorney execute.! u} :ri'1 •n,paniez,,,is 111 f Iff`eei,and has not been revoked. 9 IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed Ir,e seals of said Cornpanies this 23rd day of janup!y , 2U2 ENSU PwtYINStF� �NSURq16. r a a ,UR��PD'k�Sn �ua.ry']9n .GPSoM°Rqr� (' Y" r pL 2 a s� U3 r�1912y� a 1919 n 1991 0 "`�•� ��+ �d yy's ria Soz�` .,.•n,:,•a �Y Renee C. Lleymllyr,, Assistant Sec ry. r ' LMS -12873 LMIC OCIC WAIC Multi Co 062018 ,•,�r , s CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title: S Dash Point Road Improvements RFB No: 19-008 Contractor:Active Construction, Inc. GENERAL REQUIREMENTS 1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the moneys earned by the contractor will be reserved by the City. 2. All investments selected are subject to City approval. 3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.011, 1 hereby notify the City of Federal Way of my instructions for the retainage withheld under the terms of this contract: 1] Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor. 1] Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. 0 Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account holder execute a separate "City of Federal Way Construction Retainage Escrow Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. All investments are subject to City approval. The cost of the investment program, and risk thereof, is to be borne entirely by the contractor. VOption 4: Contractor shall submit a "Retainage Bond" on City -provided form included in these Contract Documents. Corrtrac ar Signature 'Date CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-29 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06. 11 :.1.1►[.Vi?9y1 i[C :1 RETAINAGE BOND TO CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Active Construction, Inc., as principal ("Principal"), and Liberty Mutual Insurance Company a Corporation organized and existing under the laws of the State of Massachusetts , as a surety Corporation, and qualified under the laws of the State of Washington to become surety upon bonds of Contractors with Municipal Corporations, as surety ("Surety"), are jointly and severally held and firmly bonded to the City of Federal Way ("City") in the penal sum of:"Fi# p-seven-T+�ottsr Ninre +�uua#reti#fy fie+ erg-arse}-951-Qe�41er{5�-?�r� 95 for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. "Fifty-six Thousand, Eight Hundred Eighty-nine and 14/100 Dollars ($56.889.14) - which is five percent (5%) of the contract amount without sales tax. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the above -referenced Project, which contract is incorporated herein by this reference ("Contract"), and C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the Principal pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or material men who shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided thereto; and D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein provided for in the manner and within the time set forth, for the amount of $1.159.159.00; and F. The City is prepared to release any required retainage money previously paid by the Principal prior to acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents, NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the Work. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-30 PROJECT #212 / RFB #19-008 CFW RFB VERSION 2019.06. 11 Bond No. 023213191 The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond without consent of the Surety. Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute. The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to completion of the mediation. The parties have executed this instrument under their separate seals this 23rd day of January , 2020, the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. CORPORATE SEAL: VU 0 GD T +0 ot _Z AL •0 ,rf�lYNING li U11111161111`'1 , CORPORATE SEAL: r�•�'r�i'trrr r tP ►a ,� � rte- ,. 00 CITY OF FEDERAL WAY NOVEMBER 2019 PRINAL: Active Construction, Inc. By: Title: � � lrt&rSC 'PCeS r&—_nt- Address: P.O. Box 430 Puyallup, WA 98371 SURETY: Liberty Mutual Insurance Company By: Attomey-in-Fact Holli Albers (Attach Power ofAttorney) Title: Attorne -in-Fact Address:1001 4th Avenue- Suite 3700 Seattle, WA 98154 S DASH POINT ROAD IMPROVEMENTS RFB-31 PROJECT #2121 RFB #19-008 CFW RFB VERSION 2019.06.11 Bond No. 023213191 CERTIFICATES AS TO CORPORATE SEAL NII+Y1GSS I hereby certify that I am the ( of the Corporation named as Principal in the within bond; that G who signed the said bond on behalf of the Principal, was it "e -,i t of said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. 5eere of Principal )A G . Sarn I Con{ra.��- N�a`^o►ce-� witne s& Attorney -in -Fact I hereby certify that I am the (-Assisttan�ySeefetary of the Corporation named as Surety in the within bond; that Holli Albers who signed the said bond on behalf of the Surety, was Attorney -in -Fact of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. 4� NER4f4 wee ar of-Swety Christ her Kinyon, Notary Public G� s4f � Notary expires: 06/07/2022 F •t o t ►v�, v 00 —r+ • +•-� z PuEluc APPROVEDTO F RM:OP r 1 WAS a J. Ryan Call, City Attorney 4�rrroativ�� CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS NOVEMBER 2019 RFB-32 PROJECT #212 I RFB #19-008 CFW RFB VERSION 2019.06.11 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company Mtn � The Ohio Casualty Insurance Company Certificate No: 8202815-023049 — - SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Holli Albers; Heather L .Allen. James B Rinuc . Amelia G i3 n riii, Brandon K l3 Sh, t'arlt. Fapsr s,, Jacob T Haddock; Diane M I l itlim,;, Brent E l k:ilcscn, title Je?s ph HU\Vn! 'Y itkta I.. Jav, Aliceon A i4cUi:rr, C'lu uupster h.toyon, Altssa J I opcv_ Michael S h9 sr Sl:cld, I•rrn.tc 1. 11nry tcs. Erica E 'ylo,sIc%,, Annelies M Richic.:"Illy Tonlixtli. Sara S phrc Sellin. Donald Percell Sliai,khn, Jr Karen(: titr:at;nr.. �tlsri ;�E Wchh. Eric A Zimmerman - - —_ _._ all of [he c ty of Tacoma s?ate of WA each individually if !here be more than one named, its true and lawful attorneyin-fact to make, execute, seal, ac::moWedge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 2nd day of January , 2020 Liberty Mutual Insurance Company �`, INS& pvo IN N %NSU. The Ohio Casualty Insurance Company rAy`p�°r� �0 5S°R+ =C West American Insurance Company i r#1912 0 1919w� A 1991 o f/on Y,y78g�Corug` �a ��rµrw�" „abs Y,¢ r+rOraN� ,don b f,L�.;n.r. , .''i4•• c David M. Carey, Assistant. Secretary CU State of PENNSYLVANIA ib � County of MONTGOMERY ss N On this 2nd day of January2020 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o 0 Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes — > therein contained by signing on behalf of the corporations by himself as a duly authorized officero Lu IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. -p c •N,.. •-N PASpM PAS, d �Q.-yaNtvc `�(r COMMONWEALTH OF PENMYLVAN(A O rJ p Notarial Seal /f'�•ti -O 4,% Teresa Pastella, Notary Public r/ 0 O OF C O� Upper Marion Twp Montgomery County By: `O k0 c, g� My Commission Expires March 28, 2021 _ + nrg,ws `4 Teresa Pastella, Notary Puulic N N4 �, Member, +,l+.y A :rt... of Notaries 0- O k4 N en O cnl This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual E.S Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: D W _ a) ARTICLE IV - OFFICERS: Section 12 Power of Attorney u Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the r3 President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety > o ns c any and all undertakings, bonds, recognizances and other surety obligations. Such allomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall 0 � have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation When so executed, such "co D instruments shall be as binding as if signed by the President and attested to by the Secretary Any power or authority granted to any representative or allomey-in-fact under the rNi provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. o ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. CD Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, � .= shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, I bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C Llewellyn, the undersigned, Assistant Secretary. The Ohio Casuaify nsurance Company. Liberty Mutual Insurance Company. and West Amencag+ rdg nr ,IpAp d0 hereby certify that the original power of attorney of which the foregoing Is a full. true and correct copy of the Power of Attorney executed by said Companieg,r „jn�I. t�Wd has not been revoked �Y IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 23rd day of --Jail uAQt 2020 . , • G� R I'p,�_ msuq, P4�Y INS& N 1N Sujp ... r1991 ;lit - 191a 1919 n ', �j . 4 . By. rd� '-•,;,,�`�� ya O i --'-`... Renee (. I_Irvrk .lyn, Assistant SecYy k, y. . '. VJ�0. i LMS -12873 LMIC OCIC WAIC Multi Co 062018 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, 2020 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: • 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -1 PROJECT #2121 RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of the S Dash Point Road 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." CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -2 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -3 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 qualifications of RCW 39.04.350(1) to be considered to be awarded a public works project. must meet at least the minimum a responsible bidder and qualified 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the Contract, Plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11" x 17") 1 Furnished automatically upon award. Contract Provisions 1 Furnished automatically upon award. Large Plans (e.g., 22" x 34") 1 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. 1-02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. 1-02.5 Proposal Forms (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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -4 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (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 agreement. (August 2, 2004 WSDOT GSP, OPTION 3) Section 1-02.6 is supplemented with the following: The fifth and sixth paragraphs of Section 1-02.6 are deleted. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -5 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Add the following new section: 1-02.6(1) 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. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (May 17, 2018 APWA GSP, OPTION A) Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -6 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.13 Irregular Proposals (June 20, 2017 APWA GSP) Delete this section and replace it with the following: 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; CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -7 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification that they are in agreement with the bidder's UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; 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; The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; C. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (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. 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -8 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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. 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -9 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -10 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 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: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -11 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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. 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: Be on Contracting Agency -furnished form(s); 2. Be signed by an approved surety (or sureties) that: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -12 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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) 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 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (April 12, 2019 CFW GSP) Revise the second paragraph to read: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -13 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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. Contract, 2. Change Orders, with those of a later date taking precedence of those of an earlier date, 3. Addenda, with those of a later date taking precedence of those of an earlier date, 4. Bid Proposal Form, 5. Special Provisions, 6. Contract Plans, 7. Amendments to the Standard Specifications, 8. Standard Specifications, 9. Contracting Agency's Standard Plans or Details (if any), and 10. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes 1-04.4(1) Minor Changes (DASH PROJECT GSP) Section 1-04.4(1) is supplemented with the following: Payments or credits for changes amounting to $10,000 or less may be made under the Bid Item "Unexpected Site Changes". At the discretion of the Contracting Agency, this procedure for Unexpected Site Changes may be used in lieu of the more formal procedure as outline in Section 1-04.4 Changes. The Contractor will be provided a copy of the completed order for Unexpected Site Changes. The agreement for the Unexpected Site Changes will be documented by signature of the Contractor, or notation of verbal agreement. If the Contractor is in disagreement with anything required for Unexpected Site Changes, the Contractor may protest the order as provided in Section 1-04.5. Payment will be determined in accordance with Section 1-09.6. For the purpose of providing a common proposal for all Bidders, the Contracting Agency has entered an amount for "Unexpected Site Changes" in the proposal to become a part of the total bid by the Contractor. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviations from Plans and Stakes (August 7, 2017 WSDOT GSP, OPTION 1) Section 1-05.4 is supplemented with the following: Contractor Surveying — Structure Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of bridges, noise walls, CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -14 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 and retaining walls. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work by the Contractor shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, by placing hubs and/or marked stakes, the location with offsets of foundation shafts and piles. 3. Establish offsets to footing centerline of bearing for structure excavation. 4. Establish offsets to footing centerline of bearing for footing forms. 5. Establish wing wall, retaining wall, and noise wall horizontal alignment. 6. Establish retaining wall top of wall profile grade. 7. Establish elevation benchmarks for all substructure formwork. 8. Check elevations at top of footing concrete line inside footing formwork immediately prior to concrete placement. 9. Check column location and pier centerline of bearing at top of footing immediately prior to concrete placement. 10. Establish location and plumbness of column forms, and monitor column plumbness during concrete placement. 11. Establish pier cap and crossbeam top and bottom elevations and centerline of bearing. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -15 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 12. Check pier cap and crossbeam top and bottom elevations and centerline of bearing prior to and during concrete placement. 13. Establish grout pad locations and elevations. 14. Establish structure bearing locations and elevations, including locations of anchor bolt assemblies. 15. Establish box girder bottom slab grades and locations. 16. Establish girder and/or web wall profiles and locations. 17. Establish diaphragm locations and centerline of bearing. 18. Establish roadway slab alignment, grades and provide dimensions from top of girder to top of roadway slab. Set elevations for deck paving machine rails. 19. Establish traffic barrier and curb profile. 20. Profile all girders prior to the placement of any deadload or construction live load that may affect the girder's profile. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with the following primary survey and control information: Descriptions of two primary control points used for the horizontal and vertical control. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. 2. Horizontal coordinates for the centerline of each bridge pier. 3. Computed elevations at top of bridge roadway decks at one-tenth points along centerline of each girder web. All form grades and other working grades shall be calculated by the Contractor. The Contractor shall give the Contracting Agency three weeks notification to allow adequate time to provide the data outlined in Items 2 and 3 above. The Contractor shall ensure a surveying accuracy within the following tolerances: 1. Stationing on structures 2. Alignment on structures Vertical Horizontal ±0.02 feet ±0.02 feet 3. Superstructure elevations ±0.01 feet variation from plan elevation CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -16 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 4. Substructure ±0.02 feet variation from Plan grades. The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking the following items, the Contractor shall perform independent checks from different secondary control to ensure that the points staked for these items are within the specified survey accuracy tolerances: Piles Shafts Footings Columns The Contractor shall calculate coordinates for the points associated with piles, shafts, footings and columns. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the survey work. The Contracting Agency will require up to seven calendar days from the date the data is received to issuing approval. Contract work to be performed using contractor -provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Payment Payment will be made for the following bid item when included in the proposal: "Structure Surveying", lump sum. The lump sum contract price for "Structure Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. (August 7, 2017 WSDOT GSP, OPTION 2) Section 1-05.4 is supplemented with the following: Contractor Surveying — Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -17 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 -foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -18 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to existing pavement. The Contractor shall submit these changes to the Engineer for review and approval 10 days prior to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -19 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor -provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Payment Payment will be made for the following bid item when included in the proposal: "Roadway Surveying", lump sum. When the bid item for "Roadway Surveying" appears on the proposal, the lump sum contract price for "Roadway Surveying" shall include all costs associated with all bid schedules. The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. Staking of the waterline improvements is also included in this bid item. (April 2, 2018, WSDOT GSP, OPTION 4) Section 1-05.4 is supplemented with the following: Contractor Surveying -ADA Features ADA Feature Staking Requirements The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, and grades necessary for the construction of the ADA features. Calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall build the ADA features within the specifications in the Standard Plans and contract documents. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -20 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 ADA Feature As -Built Measurements The Contractor shall be responsible for providing electronic As -Built records of all ADA feature improvements completed in the Contract. The survey work shall include but not be limited to completing the measurements, recording the required measurements and completing other data fill-ins found on the ADA Measurement Forms, and transmitting the electronic Forms to the Engineer. The ADA Measurement Forms are found at the following website location: http://www.wsdot.wa.gov/Design/ADAGuidance.htm In the instance where an ADA Feature does not meet accessibility requirements, all work to replace non -conforming work and then to measure, record the as -built measurements, and transmit the electronic Forms to the Engineer shall be completed at no additional cost to the Contracting Agency, as ordered by the Engineer. Payment Payment will be made for the following bid item that is included in the Proposal: "ADA Features Surveying", lump sum. The unit Contract price per lump sum for "ADA Features Surveying" shall be full pay for all the Work as specified. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -21 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -22 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of Contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the Contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit Contract prices related to the system being tested, unless specifically set forth otherwise in the Proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance (April 12, 2019 CFW GSP) Delete the third and fourth sentences in the first paragraph and replace it with the following: Final acceptance date of the work shall be the date the Federal Way City Council accepts the project as complete. Add the following new section. 1-05.12(1) One -Year Guarantee Period (March 8, 2013 APWA GSP) CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -23 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, In which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 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. 1-05.17 Contractor's Daily Diary (April 12, 2018 CFW GSP) Section 1-05.17 is a new section: The Contractor and subcontractors, as additional consideration for payment for this contract work, hereby agree to maintain and provide to the Owner and the Engineer a Daily Diary Record of this Work. The diary must be kept and maintained by the Contractor's designated project superintendent. Entries must be made on a daily basis and must accurately represent all of the project activities on each day. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -24 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 At a minimum, the diary shall show on a daily basis: • The day and date. • The weather conditions, including changes throughout the day. • A complete description of work accomplished during the day with adequate references to the Plans and Specifications so that the reader can easily and accurately identify said work on the Plans. • An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contract, Owner, or any third party in any manner. • Listing of any materials received and stored on or off-site by the Contractor for future installation, to include the manner of storage and protection of the same. • Listing of materials installed during each day. • List of all subcontractors working on-site during each day. • Listing of the number of Contractor's employees working during each day by category of employment. • Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. • Notations to explain inspections, testing, stake -out, and all other services furnished to the Contractor by the Owner or other during each day. • Entries to verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. • Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of the Contractor's progress on each day. • Summary of total number of working days to date, and total number of delay days to date. The Contractor's designated project superintendent must sign the diary at the end of each working day. The Contractor must provide a copy of the diary to the Owner and the Engineer each morning for the preceding workday. All copies must be legible. It is expressly agreed between the contractor and the owner that the daily diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The daily diary maintained by the Contractor does not constitute the official record of the project. The official record of the project is prepared and maintained exclusively by the engineer. 1-05.18 As -Built Survey and Record Drawings (April 12, 2018 CFW GSP) Section 1-05.18 is a new section: As -Built Survey After construction has been completed the Contractor shall perform an as -built survey and provide the information (including point files) in AutoCAD 2012 or later version file to the Engineer. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -25 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 The applicable tolerance limits for the as -built survey include, but are not limited to the following: As -built sanitary & storm invert and grate elevations As -built monumentation As -built waterlines, inverts, valves, hydrants As -built pond s/swales/water features As -built buildings (fin. Floor elev.) As -built gas lines, power, TV, Tel, Com As -built signs, signals, etc. Vertical Horizontal ± 0.01 foot ± 0.01 foot ± 0.001 foot ± 0.001 foot ± 0.10 foot ± 0.10 foot ± 0.10 foot ± 0.10 foot ± 0.01 foot ± 0.10 foot ± 0.10 foot ± 0.10 foot N/A ± 0.10 foot This as -built survey shall consist of the following: • Survey of rim elevation, sump elevations, and invert elevations of all storm drainage structures installed, modified or left in place within the limits of this contract. Storm pipe diameter and material; drainage structure type, size, lid type (solid cover or grate, standard or heavy duty), and lid shape; model No. of CB water quality treatment inserts installed, flowline of open channel conveyance systems at 50 -foot max. intervals, and retaining wall footing drains, including cleanouts. • Finished grade shots on all utility appurtenances within the limits of this contract, including, but not limited to vaults, handholes, valves, fire hydrants, water meters, junction boxes, signal poles, etc. Appurtenances with round covers should have one survey shot in the center of the manhole or valve cover, or at the center of the fire hydrant. Utility handholes and boxes shall have two shots on opposite corners of the cover. • Final curb elevations, with a minimum of 5 shots at each curb return. Also, final shots along all curb and gutter, block curb, integral curb and extruded curb installed in this contract (at flowline of the curbs). • Final elevations at the front and back of walk throughout the project limits. • Final wall elevations at the face and top of all walls installed in this contract. • Shots of all signs, trees, illumination and signal equipment installed as part of this contract. • Shots to delineate all channelization installed in this contract. Record Drawings Throughout construction, the Contractor shall be responsible for tracking all relevant field changes to the approved construction drawings. These changes shall be clearly identified in red ink in a comprehensive manner on one set of full size Plans .These Record Drawing shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. The Record Drawings shall be kept on site, and shall be CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -26 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. Upon completion of construction, the Contractor shall submit to the City a clean set of marked -up drawings (electronic PDF) that are signed and certified by the Contractor or their surveyor. The Certification on each page of the record drawings shall state that said drawings are an accurate depiction of built conditions. City acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. The certified Record Drawings shall, at a minimum, consist of the following: • Existing or abandoned utilities that were encountered during construction that were not shown on the approved construction drawings. • Accurate locations of storm drainage, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, channelization and pavement markings, etc. Record drawings shall reflect actual dimensions, arrangement, and materials used when different than shown in the Plans. • Changes made by Change Order or Field Directive • Changes made by the Contractor as approved by the Engineer. • Pothole information gathered by the Contractor. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item(s) when included in the proposal: "As -Built Survey and Record Drawings", lump sum. When the bid item for "As -Built Survey and Record Drawings" appears on the proposal, the lump sum contract price for "As -Built Survey and Record Drawings" shall include all costs associated with all Bid Schedules. The lump sum contract price for "As -Built Survey and Record Drawings " shall be full pay for all labor, equipment, materials, and supervision utilized to perform the work specified, including any resurveying, checking, correction of errors, preparation of record drawings, and coordination efforts. 1-05.19 Defects Arising in One Year and Remedies (February 15, 2019 CFW GSP) Section 1-05.19 is a new section: The Contractor shall, at its own sole cost and expense, be responsible for correcting all defects in workmanship and material discovered within one year after acceptance of this work by the City of Federal Way. When corrections of defects are made, the Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by the Owner. Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute waiver, modification, or exclusion of any express or implied warranty or any right under law. This warranty shall survive termination of this Contract. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -27 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 The Contractor shall start work to remedy such defects within seven (7) calendar days of mailing notice of discovery thereof by the Owner and shall complete such work within a reasonable time. In emergencies, where damage may result from delay or where loss of services may result, such corrections may be made by the Owner, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. These actions will be pursuant to the provisions of Section 1-05.8 of the Standard Specifications. The Contractor shall be liable for any costs, losses, expenses, or damages, including consequential damages suffered by the Owner resulting from defects in the Contractor's work including, but not limited to, cost of materials and labor extended by Owner in making emergency repairs and cost of engineering, inspection and supervision by the Owner or the Engineer. The Contractor shall hold the Owner harmless from any and all claims which may be made against the Owner as a result of any defective work, and the Contractor shall defend any such claims at his own expense. The Contractor agrees the above one-year limitation shall not exclude or diminish the Owner's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. This warranty may also extend beyond the one year time period pursuant to any other warranties specified in the Special Provisions, Contract Plans, other parts of the Contract Documents, or incorporated by this reference. 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials 1-06.2(1) Samples and Tests for Acceptance (DASH PROJECT GSP) Section 1-06.2(1) is supplemented with the following: The Contractor will be responsible to hire an independent, third -party testing company to conduct testing such as gradation, concrete compressive strength, and compaction testing. The testing company shall be designated as a WSDOT-certified testing firm. The testing company shall provide prompt results. Original test results shall be sent to the City's Project Engineer and Field Inspector. Email delivery of test results is acceptable. Copies of test results shall also be sent to the Prime Contractor. Contractor shall cooperate with testing company's personnel and provide access to work to be tested. Contractor shall be responsible to notify testing company in advance of operations requiring testing and inspection services. If Contractor does not coordinate for testing services with sufficient advance notice, they are responsible for any delays caused by the inability to proceed with work due to lack of testing. This will not be grounds for assignment of a non -working day. Required tests and frequency shall be in conformance with the WSDOT Construction Manual. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -28 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 "Material Testing" shall be measured on a lump sum basis and shall include all material testing required for the project. Note that testing of the waterline itself (i.e. chlorination testing, etc.) is included in Schedule B. However, testing of materials associated with it's installation (i.e. trench backfill material, etc.) is included in this bid item. When the Bid Item for "Material Testing" appears on the proposal, the lump sum contract price for "Material Testing" shall include all costs associated with all Bid Schedules unless noted otherwise. 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 aggregate, recycled glass, steel utilization of on-site material and The Contractor's report shall be Reporting. 1-06.7 Hazardous Chemicals shall include hot mix asphalt, recycled concrete furnace slag and other recycled materials (e.g. aggregates from concrete returned to the supplier). provided on DOT form 350-075 Recycled Materials (April 12, 2019 CFW GSP) Section 1-06.7 is a new section: In order to comply with WAC 296-62-054 Hazard Communication, the Contractor shall submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany the toxic product(s) to the specified delivery sites. Include the following in the MSDS: A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the MSDS. B. If the product is actually used diluted, the dilution rate should be so stated in the MSDS and the hazards and corresponding personal protection, etc., also be listed. C. A statement as to the intended use of the product. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. 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). CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -29 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -30 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a Bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit Bid prices or other Contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all Contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this Contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit Bid item prices, or other Contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full Contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid item prices, or in any other Contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -31 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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). 1-07.6 Permits and Licenses (April 12, 2018 CFW GSP) Section 1-07.6 is supplemented with the following: Survey Monuments In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may be disturbed without a valid permit to remove or destroy a survey monument, issued by the Washington State Department of Natural Resources. Permit applications can be obtained on the DNR Public Land Survey Office website. The permit application must be stamped by a registered Washington State Land Surveyor. The Contractor shall obtain the permit to Remove or Destroy a Survey Monument as necessary. All costs to obtain and comply with the permit shall be considered incidental to other bid items and no additional payment will be made. 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. (January 7, 2019 WSDOT GSP, OPTION 5) Supplement this section with the following: Voluntary Minority, Small, Veteran and Women's Business Enterprise (MSVWBE) Participation General Statement The participation of minority, small, veteran, and women business enterprises (MSVWBE) is an important strategic objective for the State of Washington. Voluntary goals for minority, small, veteran and women business enterprises are included in this Contract. The Contractor is encouraged to utilize MSVWBEs in accordance with these Specifications, RCW 39.19 and Executive Order 13-01 (issued by the Governor of Washington on May 10, 2013). The goals are voluntary and outreach efforts to provide MSVWBEs maximum practicable opportunities are encouraged. Non -Discrimination Contractors shall not create barriers to open and fair opportunities for all businesses, including MSVWBEs, to participate in the Work on this Contract. This includes the opportunity to compete for subcontracts as sources of supplies, equipment, construction or services. The Contractor shall make Voluntary MSVWBE Participation a part of all subcontracts and agreements entered into as a result of this Contract. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -32 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Voluntary MSVWBE Participation Goals Goals for voluntary MSVWBE participation have been established as a percentage of Contractor's total Bid amount. The Contracting Agency has established the following voluntary goals: Minority 10% Small 5% Veteran 5% Women 6% Amounts paid to an MSVWBE will be credited to every voluntary goal in which they are eligible. In other words participation may be credited for participation in more than one category. If the Contractor is a MSVWBE their Work will be credited to the voluntary goals in which they are eligible. MSVWBE 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. Commercially Useful Function (CUF) A MSVWBE 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 MSVWBE 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. The MSVWBE 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 MSVWBE participation. Manufacturer (MSVWBE) — A MSVWBE 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 MSVWBE 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. Minority Business Enterprise (MBE) — A minority owned business meeting the requirements of RCW 39.19 and WAC 326-20 and certified by the Washington State Office of Minority & Women's Business Enterprises. Pass Through — When the MSVWBE firm participates as an extra participant in a transaction, through which funds are passed in order to give the CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -33 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 appearance of participation by the MSVWBE firm and count toward the voluntary goal. Small Business — A business meeting the Washington State requirements for a "Small business", "Minibusiness" or "Microbusiness as defined in RCW 39.26.010 and included on the WSDOT Office of Equal Opportunity list of Small Businesses at http://www.wsdot.wa.gov/equalopportunity/bddirectory.htm Supplier (MSVWBE) — A MSVWBE 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 Supplier, the MSVWBE firm must be an established business that engages in as its principal business and in its own name the purchase and sale of the products in question. A Supplier 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 suppliers' own distribution equipment shall be by long-term formal lease agreements and not on an ad-hoc basis. Brokers, packagers, manufacturers' representatives, or other persons who arrange or expedite transactions shall not be regarded as Suppliers within the meaning of this definition. Veteran Business — A veteran owned business meeting the requirements of RCW 43.60A.010 and included on the WSDOT Office of Equal Opportunity list of Veteran Businesses at http://www.wsdot.wa.gov/equalopportunity/bddirectory.htm Women Business Enterprise (WBE) — A women owned business meeting the requirements of RCW 39.19 and WAC 326-20 and certified by the Washington State Office of Minority & Women's Business Enterprises. Crediting MSVWBE Participation Subcontractors proposed as counting toward the MSVWBE goal must be certified and be performing a CUF during the execution of the Work. MSVWBE participation cannot be counted toward the Contractor's MSVWBE Voluntary Goal until the amount being counted has actually been paid to the MSVWBE. The following are some examples of what may be counted as MSVWBE participation: MSVWBE 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 MSVWBE Prime Contractor performs with its own forces and is credited to perform. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -34 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 MSVWBE 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 MSVWBE performs with its own forces. The value of work performed by the MSVWBE includes the cost of supplies and materials purchased by the MSVWBE and equipment leased by the MSVWBE, for its work on the Contract. Supplies, materials or equipment obtained by a MSVWBE that are not utilized or incorporated in the Contract work by the MSVWBE will not be eligible for MSVWBE credit unless the MSVWBE is certified as a supplier or equipment leasing company. The supplies, materials, and equipment purchased or leased from the Contractor or its affiliate, including any Contractor's resources available to MSVWBE subcontractors at no cost, shall not be credited toward the MSVWBE Voluntary Goals. MSVWBE credit will not be given in instances where the equipment lease includes the operator. The MSVWBE is expected to operate the equipment used in the performance of its work under the contract with its own forces. If a MSVWBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be counted toward the MSVWBE Voluntary Goal only if the MSVWBE's Lower -Tier Subcontractor is also a MSVWBE. MSVWBE Subcontract and Lower Tier Subcontract Documents There must be a subcontract agreement that fully describes the distinct elements of Work committed to be performed by the MSVWBE. The subcontract agreement shall incorporate requirements of the Contract. Subcontract agreements of all tiers, including lease agreements shall be readily available at the Project site for the Engineer's review. MSVWBE Service Provider When a MSVWBE participates as a service provider or consultant and provides a bona fide services such as professional, technical, consultant, or managerial services, 100 percent of the total cost counts toward the MSVWBE Voluntary Goal if the firm performs a CUF. MSVWBE Broker When a MSVWBE participates as a broker (i.e. arranging a transaction or service but does not provide a work product or enhancement), only the dollar value of the fee or commission charged or 20 percent of the total dollar value of expenditures by the MSVWBE (whichever is greater) counts toward the MSVWBE Voluntary Goal if the firm performs a CUF. Trucking A MSVWBE trucking firm's participation will be credited to MSVWBE Voluntary Goal if the MSVWBE trucking firm has one leased or owned truck working on the project and the MSVWBE trucking firm performs a CUF. MSVWBE trucking companies may lease trucks from other MSVWBE firms CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -35 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 and non-MSVWBE firms and count this work toward the MSVWBE Voluntary Goal. A MSVWBE trucking firm that is also a supplier or manufacturer of the materials or goods being transported can count 100 percent of the dollar value toward the MSVWBE Voluntary Goal. For an MSVWBE that is not a supplier or manufacturer, only the fee charged to deliver the goods or materials can be counted toward the MSVWBE Voluntary Goal. MSVWBE Manufacturer and MSVWBE Supplier If materials or supplies are obtained from a MSVWBE Manufacturer, one hundred percent (100%) of the cost of materials or supplies can count toward the MSVWBE Voluntary Goal. One hundred percent (100%) of the cost of materials or supplies purchased from a MSVWBE Supplier may be credited toward meeting the MSVWBE Voluntary Goal. If the role of the MSVWBE Supplier is determined to be that of a pass-through, then no MSVWBE credit will be given for its services. If the role of the MSVWBE Supplier is determined to be that of a Broker, then MSVWBE credit shall be limited to the fee or commission it receives for its services. Procedures after Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a MSVWBE that is determined to be performing a CUF. Payment must be commensurate with the work actually performed by the MSVWBE, if the Contractor wants to receive credit for their participation. If a MSVWBE does not perform "all" of its responsibilities on a contract, it has not performed a CUF and their Work cannot be counted toward MSVWBE Voluntary Goal. To determine whether an MSVWBE is performing a CUF, the Contractor shall 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 MSVWBE credit claimed for its performance of the work, and other relevant factors. Leasing of Equipment 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. Traffic Control In order for a MSVWBE traffic control company to be considered to be performing a CUF, the MSVWBE must be in control of its work inclusive of supervision. The MSVWBE shall employ a Traffic control Supervisor who is directly involved in the management and supervision of the traffic control employees and services. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -36 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Joint Checks Joint checks will only be allowed for the purpose of purchasing supplies and materials. The MSVWBE Subcontractor must submit a request to the Engineer and receive approval from the Engineer prior to using a joint check to pay for supplies and materials. Supplies and materials purchased with an approved joint check shall count toward the voluntary goals. Joint checks that did not receive prior approval from the Engineer or used for purposes other than the purchase of supplies and materials shall not count towards the voluntary goals. 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. Refer to Section 1-08.1 for additional reporting requirements associated with this contract. Removal from MSVWBE Program When a MSVWBE is "removed" from the MSVWBE program during the course of the Contract, the participation of that MSVWBE shall continue to count towards the MSVWBE Voluntary Goal as long as the subcontract with the MSVWBE was executed prior to the removal notice. MSVWBE Participation Plan A MSVWBE Participation Plan shall be submitted to the Engineer prior to the start of Work on the project. The plan is submitted for the Contracting Agency's information. The plan shall include the information identified in the guidelines at: http://www.wsdot.wa.gov/EqualOpportunity/MSVWBE.htm. Approval of the plan is not required; however, an incomplete plan will be returned for correction and resubmittal. An updated MSVWBE Participation Plan will be submitted for Review and Comment annually on the date the original Participation Plan was submitted. The Contractor shall provide a 30 Calendar Day review period for WSDOT Review and Comment on all MSVWBE Participation Plan submittals. MSVWBE Reporting The Contractor shall report payments to all firms that were used as Subcontractors, lower tier Subcontractors, manufactures, regular dealers, or service providers on the Contract Work each month between Execution of the Contract and when the Contract final estimate is processed, using the application available at https://wsdot.diversitycompliance.com. The monthly report is due 20 Calendar Days following the end of the month, whether payments were made or work occurred. The monthly report shall include payments to all businesses regardless of their listing on the MSVWBE Participation Plan. If the Contractor is a MSVWBE, the amounts paid by WSDOT for Work performed by the certified Contractor shall also be reported. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -37 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 After Execution of the Contract, the Contractor shall send an email to CRP@wsdot.wa.gov containing the following information: the first and last name, email address, title, and phone number of the person who will be submitting the above reports for their company. The email shall include the WSDOT contract number they will be reporting on. After receipt of this information by WSDOT, the Contractor will receive an email providing information about their assignment. Training and instructions are available in the application. Refer to Section 1-08.1 for additional reporting requirements associated with this contract. MSVWBE Payment All costs for implementation of the requirements for Voluntary MSVWBE Participation shall be included in the associated items of Contract Work. 1-07.13 Contractor's Responsibility for Work 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 Proaert 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. 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -38 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 UTILITY CONTACTS Puget Sound Energy Attn: Jason Airey 3130 S 38" St Tacoma, WA 98409 Telephone: (206) 348-9637 Lakehaven Water & Sewer District Attn: Wes Hill 31627 1St Avenue S Federal Way, WA 98003 Telephone: (253)946-5440 King County Traffic Operations Attn: Mark Parrett 155 Monroe Ave NE Renton, WA 98056 Telephone: (206) 296-8153 Zayo Attn: Scott Morrison 22651 83rd Ave S Kent, WA 98032 Telephone: (206) 832-4862 ADDITIONAL CONTACTS King County METRO Transit 81270 6th Ave S, Bldg 2 Seattle, WA 98134 Telephone: (206) 684-2785 City of Federal Way Police 33325 8th Ave S Federal Way, WA 98003 Telephone: (253) 835-6701 (for officer traffic control scheduling) Telephone: (253) 835-6767 (for traffic / road closure issues) Century Link Attn: Leslie Ferguson 7850 S Trafton St. Bldg B Tacoma, WA 98409 Telephone: (206) 733-8862 Comcast Attn: Jerry Steele 410 Valley Ave NW, Suite 12-C Puyallup, WA 98371 Telephone: (253) 288-7532 AT&T Attn: Daniel McGeough 11241 Willows Rd NE, #130 Redmond, WA 98052 Telephone: (425) 896-9830 City of FW IT Dept (City Fiber) Attn: Thomas Fichtner 33325 8th Ave S Federal Way, WA 98003 Telephone: (253) 835-2547 South King Fire & Rescue 31617 1st Ave S Federal Way, WA 98003 Telephone: (253) 946-7253 Federal Way School District Attn: Transportation Department 1211 S. 332nd St Federal Way, WA 98003 Telephone: (253) 945-5960 (April 2, 2007 WSDOT GSP, OPTION 2) 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. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It is anticipated that utility CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -39 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 adjustment, relocation, replacement or construction within the project limits will be completed as follows: • Overhead power lines will be relocated from the south side of S Dash Point Road to the north side of the road. This work is anticipated to begin February 1st and will include work primarily by PSE, but also Century Link, Comcast, and any other utilities currently on PSE's poles. This relocation work is anticipated to be done by April 15, 2020. • Any other relocations, replacements, or adjustments as necessary. The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected Subcontractors, and all utility owners and their Contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor's use: • See contact info listed in Section 1-07.17, Option 1 The Contractor shall: • Coordinate their traffic control as needed. The franchise utilities will be taking a traffic lane to complete their work. The franchise utilities will provide their own traffic control. The franchise utility work is the priority to be completed. The Contractor may not close any additional traffic lanes during the times when the franchise utilities have a lane closed without prior approval of the engineer. • The Contractor shall schedule their work so as not to be in conflict with the utility work. 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) 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -40 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: ■ The Contracting Agency and its officers, elected officials, employees, agents, and volunteers. ■ Lakehaven Water and Sewer District 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -41 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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: An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -42 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -43 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -44 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10* 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance (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: The Contractor shall maintain continuous two-way traffic along streets throughout the project site whenever possible. 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. If shown on approved Traffic Control Plans, closure of one lane (maintaining one lane alternating directions / flagger controlled) of S Dash Pt Rd may occur between the hours of 7AM to 7PM, except as modified below. • When school is in session at Sacajawea Middle School, no lane closures may occur within the project limits during student drop-off & pick-up times. Additionally, driveway ingress and egress shall be unobstructed during these times. • Standard school day: No lane closures may occur 8:20AM-8:40AM and 2:50PM-3:20PM. • 90 -Minute Early Release Days: No lane closures may occur 8:20AM-8:40AM and 1:20PM-1:50PM. These days appear to be scheduled approximately once or twice a month on Wednesdays. • Early Dismissal Days (half -days): No lane closures may occur 8:20AM-8:40AM and 10:40AM-11:10AM. • School calendars are available on fwps.org • These times may be adjusted by the City's Project Engineer or Inspector based on traffic volumes. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -45 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 • Left turns may be restricted (by the Contractor) within the project limits at the discretion of the Project Engineer. ■ Particular attention should be paid to back-up queues on the east end of the project during times of flagger controlled traffic. Queues should not extend to / impact the signal at 16th Ave S. • Working at night (8pm to 7am weekdays, 8 pm-9am weekends & holidays) is not mandated by the City. Should the contractor schedule project work during nighttime hours, it must be approved by the City and 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, 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -46 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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. Access to school driveways shall be maintained at all times unless approved by the Engineer and at least 48 hours notice is provided to Sacajawea Middle School. • Lane closures shall not impact business accesses. All business accesses will remain open during business hours. Access to Sacajawea Middle School shall be provided at all times. This may require the Contractor to provide temporary surfacing or to construct trenches across driveways in a way that the driveway is still accessible to both automobiles and school buses. • 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. School buses shall be provided access to Sacajawea Middle School at all times unless approved by the Engineer, the School, and at least 48 hours notice is provided. 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -47 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor 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. (April 12, 2018 CFW GSP) Section 1-07.24 is supplemented with the following:: The Contractor shall be responsible to abide by the right -of -entry agreements with adjacent property owners that have been obtained (if any) by the City for this project. Please note these agreements may be included as an appendix or will be made available upon request of the Contractor. Right -of -entries on adjacent private property have been secured for purposes such as: construction of driveways, slope restoration, drainage, utilities, irrigation, and/or property restoration. The Contractor is expressly forbidden from using right -of -entry areas for vehicle or equipment storage or material stockpiling without first receiving written approval from the property owner. A copy of the written approval shall be provided to the Engineer before the Contractor stores any equipment or materials. Written permission from property owners does not relieve the Contractor of their obligation to receive permission from the City Community Development Department for the use of sites as staging areas, if required. Right -of -entry agreements may include responsibilities for the Contractor, such as: listing property owners as additional insured; providing advance notice to certain representatives; or daily site cleanup requirements. These responsibilities are listed as CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -48 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 examples only and the right -of -entry documents should be reviewed by the Contractor to determine all necessary requirements. 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. 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -49 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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: 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. 1-08.1 Subcontracting (May 30, 2019 APWA GSP, OPTION B) Delete the ninth paragraph, beginning with "On all projects, the Contractor shall certify...". 1-08.3 Progress Schedule 1-08.30A 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -50 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (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: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -51 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 1-07.24 (March 13, 1995 WSDOT GSP, OPTION 7) Section 1-08.5 is supplemented with the following: This project shall be physically complete within 110 working days. 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: Luminaire Poles 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 liquidated damages shown above will not apply. For overruns in Contract time occurring CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -52 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 printed 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 perform 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 (April 12, 2018 CFW GSP) Supplement Section 1-09.7 with the following: Obtaining a site for the Contractor's mobilization, field office(s), storage of materials, access and personnel parking spaces, and other general operations shall be the responsibility of the Contractor. The Contactor will be responsible for maintaining these spaces in a safe and orderly condition throughout the duration of the project. The Contractor shall provide the City with a copy of agreement(s) with property owner. All costs associated with securing sites shall be included in the other bid items on the project and no other compensation will be made. (CFW— DASH PROJECT) Supplement Section 1-09.7 with the following: When the bid item for "Mobilization" appears on the proposal, the lump sum contract price for "Mobilization" shall include all costs associated with all Bid Schedules. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -53 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 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: 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -54 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 1-09.11 Disputes and Claims (September 3, 2019 WSDOT GSP) Sections 1-09.11 through 1-09.11(1)B are replaced with the following: Disputes and Claims When protests occur during a Contract, the Contractor shall pursue resolution through the Engineer in accordance with Section 1-04.5. Unless noted otherwise in the specifications, compliance with all the requirements of Section 1-04.5 is a condition precedent to initiating any action pursuant to these Special Provisions. If the negotiations using the procedures outlined in Section 1-04.5 fail to provide satisfactory resolution of the protest, then the Contractor shall provide the Engineer with written notification of dispute stating that the Contractor will continue to pursue the dispute in accordance with the provisions of these Special Provisions. The written notification of dispute shall be provided within 14 calendar days after receipt of the Engineer's written determination that the Contractor's protest is invalid pursuant to Section 1-04.5. Should the Contractor not provide written notification of dispute within the designated time period, the Contractor shall be deemed to have waived any right to pursue the protest further and the matter shall be considered resolved. When the Proposal Form includes the Bid item "Disputes Review Board", unresolved protests shall be subject to the Disputes Review Board subsection of this Special Provision. Either party, Engineer or Contractor, may refer a matter in dispute to the Disputes Review Board. Compliance with the requirements of the Disputes Review Board subsection of this Special Provision is a condition precedent to any further right of the Contractor to pursue the dispute either by certified claim or litigation/arbitration. When the Proposal Form does not include the Bid item "Disputes Review Board", the Contractor's written notification of dispute shall indicate whether the Contractor is requesting to resolve the dispute through the use of a Disputes Review Board as outlined in the Disputes Review Board section of this Special Provision, or will submit a formal certified claim directly to the Engineer pursuant to Section 1-09.11(2). If the Contractor requests a Disputes Review Board, the Engineer will notify the Contractor in writing within 7 calendar days of receipt of the request whether the request is acceptable. If both parties to the dispute agree to use a Disputes Review Board, then a pay item "Disputes Review Board" will be added to the Contract by change order and the dispute will be subject to the provisions of the Disputes Review Board subsection of this Special Provision. If the parties do not agree to establish a Disputes Review Board or the Contractor does not request a Disputes Review Board in its written notification of dispute, the Contractor shall comply with the provisions of Section 1-09.11(2). Regardless of any protest or dispute, the Contractor shall proceed promptly with the Work as the Engineer orders. Disputes Review Board The procedures set forth in these Special Provisions shall only apply when the Contract includes the pay item "Disputes Review Board". Disputes Review Board — General In order to assist in the resolution of dispute(s) between the Contracting Agency and the Contractor arising out of the work of this Contract, a CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -55 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Disputes Review Board, hereinafter called the "Board", will consider disputes referred to it and furnish written recommendations to the Contracting Agency and Contractor to assist in resolution of the dispute(s). The purpose of the Board response to such issues is to provide nonbinding findings and recommendations designed to expose the disputing parties to an independent view of the dispute. Disputes Eligible for Consideration by the Disputes Review Board The Board shall consider and provide written recommendations concerning the following disputes: 1. Interpretation of the Contract. 2. Entitlement to additional compensation and/or time for completion. 3. Other subjects mutually agreed by the Contracting Agency and Contractor to be a Board issue. Board Member Qualifications The following definitions apply for the purpose of setting forth experience and disclosure requirements for Board members. Financial ties - any ownership interest, loans, receivables or payables. Party directly involved - The Contracting Agency or Contractor of this Contract. Party indirectly involved - The firms associated with the Contractor on this Contract, including joint venture partners, subcontractors of any tier, and suppliers; and firms associated with the Contractor or the Contracting Agency on this Contract, such as designers, architects, engineers, or other professional service firms or consultants. The Board members shall: 1. Be experienced in the interpretation of construction contract documents. 2. Have attended training by the Dispute Resolution Board Foundation in dispute resolution within the last five years. 3. Be experienced in construction Contract dispute resolution for an owner or Contractor at the level of having responsibility and authority to settle disputes. 4. Be able to discharge their responsibilities impartially and independently, considering the facts and conditions related to CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -56 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 the matters under consideration in strict compliance with the provisions of the Contract. 5. Not be a current employee of any party directly or indirectly involved. 6. Not have been an employee of any party directly or indirectly involved with the Project within a period of one year of the Contract Execution date. 7. Not have a financial interest in the Contract except for payments for services on the Board. Board Member Ongoing Responsibilities While serving on the Disputes Review Board on this project: 1. Board members shall not participate in any discussion contemplating the creation of an agreement or making an agreement with any party directly or indirectly involved in the Contract regarding employment or fee-based consulting services, or any other business arrangement after the Contract is completed. 2. Board members shall not officially give any advice to either party. The individual members will act in a completely independent manner and will have no consulting or business connections with either party, except for payments for services on the Board. 3. During routine meetings of the Board as well as during formal hearings, Board members shall refrain from expressing opinions on the merits of statements on matters under dispute or potential dispute. Opinions of Board members expressed in private sessions with other Board members should be kept strictly confidential. 4. The Board shall comply with the terms of the Contract and enforce such terms consistent with the laws of the State of Washington. Board members shall not supplant or otherwise interfere with the respective rights, authorities, duties and obligations of the parties as defined in the Contract. In making its recommendations, the Board shall not make a recommendation that ignores, disregards, or undermines the intention, requirements, or allocation of risk, established by the Contract. 5. Throughout the life of the Contract, if Board members become aware of potential conflicts of interest, they shall be disclosed to the parties immediately. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -57 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Establishment of the Board The Contracting Agency and Contractor shall meet prior to the start of Contract time to jointly select three Board nominees. If the pay item, "Disputes Review Board" is added by change order, the Contracting Agency and Contractor shall meet to select Board nominees after the change order is processed. The Contracting Agency and the Contractor shall provide to the Board nominees a list of the firms directly and indirectly involved with the Project, including, but not limited to designers, architects, engineers, professional service firms, consultants, JV partners, subcontractors and suppliers, along with a listing of key personnel of each. Board nominees shall provide to the Contractor and Contracting Agency the following information within 21 calendar days of nomination. Board nominees that are included on the Washington State Department of Transportation "Statewide Prequalified DRB Candidate Roster" will not be required to submit resumes. Resume showing: a. Full name and contact information Experience qualifying the person as a Board member as outlined in the Board Member Qualifications subsection of this Special Provision. c. Previous Board participation, if any. List each Board assignment separately, indicating the name and location of the project, approximate dates of Board service, name of Contracting Agency, name of Contractor, names of the other Board members and the approximate number of disputes heard. When previous Board experience is extensive, the list may be truncated at the prospective Board member's discretion. 2. Disclosure statement addressing the following: a. Previous or current direct employment by one of the parties directly or indirectly involved. Previous or current engagement as a consultant to any party directly or indirectly involved - by the prospective Board member or by the firm to which the prospective Board member is directly employed. c. Previous, current, or future financial ties to any of the parties directly or indirectly involved. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -58 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 d. Previous or current personal or professional relationships with a key member of any party directly or indirectly involved. e. Previous and current service as a Board member on projects where any of the parties directly or indirectly involved in this Contract were also involved. Any prior involvement in this project. Within 14 calendar days of receiving the resumes and disclosure statements from the Board nominees, the Contracting Agency and the Contractor shall review and jointly agree on the final selection of the three members to serve on the Board. In the event that any of the three nominees are not acceptable to either party, the process shall be repeated until all positions are filled. The Contracting Agency, the Contractor, and the Board shall execute the Three -Party Agreement not later than the first Board meeting. The Three - Party Agreement form (WSDOT Form 134-091) is available online at WSDOT Electronic Forms webpage. The Board shall determine and notify the parties which Board member will act as the Board chair. Disputes Review Board Candidates The qualifications of some potential Board members have been reviewed and deemed potentially acceptable by the Washington State Department of Transportation (WSDOT). This list of potential Board members, Statewide Prequalified DRB Candidate Roster, is available from the WSDOT Headquarters Construction Office website at https://www.wsdot.wa.gov/business/construction/dispute-review- boards. Either party may propose a Board nominee that is not on the WSDOT list. In either case, Board nominees must comply with the requirements of the Board Member Qualifications, Board Member Ongoing Responsibilities, and Establishment of the Board subsection of this Special Provision, and every Board member must be deemed acceptable by both the Contracting Agency and the Contractor. Replacement or Termination of a Board Member Procedures for terminating Board members are defined in The Three -Party Agreement. Disputes Review Board Procedures — General The Board, Contracting Agency, and Contractor may mutually develop rules of operation of the Board that supplement the Three -Party Agreement. Such supplemental rules must be in writing and accepted by the Board, Contracting Agency, and Contractor. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -59 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 The Board members shall act impartially and independently in the consideration of facts and conditions surrounding any dispute presented by the Contracting Agency or the Contractor and that the recommendations concerning any such dispute are advisory. The Contracting Agency and the Contractor shall furnish to the Board documents in accordance with the Three -Party Agreement. Regular Disputes Review Board Meetings All regular Board meetings will be held at or near the job site. The frequency of regular meetings will be set by mutual agreement of the Board, the Contracting Agency and the Contractor. Each regular meeting is expected to consist of a round table discussion and a field inspection of the project site. A member of the Contracting Agency and Contractor are expected to jointly facilitate the round table discussion. Round table discussion attendees are expected to include selected personnel from the Contracting Agency and the Contractor. The agenda for each meeting will be managed by the Board. Standard Procedure for Consideration of Disputes Dispute Referral Disputes shall be referred in writing to the Board chair with a copy concurrently provided to the other Board members and the other party. The dispute referral shall concisely define the nature and specifics of the dispute that is proposed to be considered by the Board and the scope of the recommendation requested. This referral is not expected to contain a mutually agreed upon statement of the dispute. 2. The Board chair shall confer with the parties to establish a briefing schedule for delivering prehearing submittals/rebuttals, and a date, time, and location for convening the Board for a hearing. Pre -Hearing Submittal 1. The Contracting Agency and the Contractor shall each prepare a pre -hearing submittal and transmit both a hard copy and an electronic copy of it to all three members of the Board and the other party. The pre -hearing submittal, comprising a position paper with such backup data as is referenced in the position paper, shall be tabbed, indexed, and the pages consecutively numbered. 2. Both position papers shall, at a minimum, contain the following: a. A mutually agreed upon joint statement of the dispute and the scope of the desired report being requested of CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -60 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 the Board, placed at the beginning of the papers. The language of this joint statement shall summarize in a few sentences the nature of the dispute. If the parties are unable to agree on the wording of the joint statement of dispute, each party's position paper shall contain both statements, and identify the party authoring each statement. b. The basis and justification for the party's position, with reference to Contract language and other supporting documents for each element of the dispute. In order to minimize duplication and repetitiveness, the parties may identify a common set of documents that will be referred to by both parties, and submit them in a separate package. 3. If requested by the Board or either party, the Contracting Agency and the Contractor shall each prepare and submit a rebuttal paper in response the position paper of the other party. 4. The number of copies, distribution requirements, and time for submittal will be established by the Board and communicated to the parties by the Board chair. Disputes Review Board Hearing 1. The Contracting Agency will arrange for or provide hearing facilities at or near the project site. 2. Attendance: a. The Contracting Agency and the Contractor will have a representative at all hearings. b. The Contracting Agency and Contractor shall both limit attendance at the hearing to personnel directly involved in the dispute and participants in the good - faith negotiations that were conducted prior to submittal to the Board except as noted elsewhere in this section. c. At least 14 calendar days before the hearing, each party shall provide a list of proposed attendees to the Board and to the other party. In the event of any disagreement, the Board shall make the final determination as to who attends the hearing. d. Attorneys shall not attend hearings except as follows: Attorneys are identified as such on the list of proposed attendees; CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -61 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 All parties desiring their attorney present are able to do so. iii. Attorneys shall not participate in the hearing, unless the scope and extent of Attorney participation is mutually agreed to by the Contracting Agency, Contractor and the Board at least 7 calendar days before the hearing. e. For hearings regarding disputes involving a Subcontractor, the Contractor shall require and ensure that each Subcontractor involved in the dispute have present an authorized representative with actual knowledge of the facts underlying the Subcontractor disputes. 3. A party furnishing written evidence or documentation of any kind to the Board must furnish copies of such information to the other party and the Board a minimum of 21 calendar days prior to the date the Board sets to convene the hearing for the dispute, unless otherwise mutually agreed to by the parties and the Board. Either party shall produce such additional evidence as the Board may deem necessary and furnish copies to the other party prior to submittal to the Board. 4. The conduct of the hearing shall be established by the Board and be generally consistent with the following guidelines: a. The party who referred the dispute to the Board shall present first, followed by the other party. b. To assure each party a full and adequate opportunity to present their position, both parties shall be allowed successive rebuttals and to rebut the opposing party's position until, in the Board's opinion, all aspects of the dispute have been fully and fairly covered. The Board shall be fully prepared to, and may at any time, ask questions, request clarifications, or ask for additional data, documents, and/or job records. Either party may request that the Board direct a question to, or request a clarification from the other party. The Board shall determine at what point in the proceedings such requests may be made and if they will be granted. In general, the Board will not allow one party to be questioned directly by the other party. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -62 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 e. In difficult or complex cases, additional hearings may be necessary to facilitate full consideration and understanding of the dispute. The Board, in its discretion, may allow introduction of arguments, exhibits, handouts, or documentary evidence that were not included in that party's prehearing position paper or rebuttal and have not been previously submitted to the other party. In such cases the other party will be granted time to review and prepare a rebuttal to the new material, which may require a continuation of the hearing. 5. After the hearing is concluded, the Board shall meet in private and reach a conclusion supported by two or more members. Its findings and recommendations, together with its reasons shall then be submitted as a written report to both parties. The recommendations shall be based on the pertinent Contract provisions, facts, and circumstances involved in the dispute. The Contract shall be interpreted and construed in accordance with the laws of the State of Washington. Failure to Prepare a Pre -Hearing Submittal or Attend a Hearing In the event that either party fails to deliver a pre -hearing submittal by the date established by the Board, the Board shall, at its discretion, determine whether the hearing shall proceed as originally scheduled, or allow additional time for the submittal and/or reschedule the hearing. On the final date and time established for the hearing, the Board shall proceed with the hearing utilizing the information that has been submitted. In the event that representatives of either the Contracting Agency or the Contractor fail to appear at the appointed time of a hearing, the Board shall postpone the hearing until such time as representatives from both parties are available to proceed with the hearing. Use of Outside Experts 1. By the Contracting Agency or the Contractor: a. A party intending to offer an outside expert's analysis at the hearing shall notify the other party and the Board in writing no less than 30 calendar days prior to the due date for delivering the pre -hearing submittal, and provide the following disclosure: The expert's name and a general statement of the area of the dispute that will be covered by his or her testimony. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -63 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 A statement prepared by the proposed expert which addresses the requirements of the Establishment of the Board subsection of this Special Provision, item 2. iii. A statement prepared by the proposed expert which identifies the experience and training which qualifies them as an expert. b. Upon receipt of the disclosure, the other party shall have the opportunity to secure the services of an outside expert to address or respond to those issues that may be raised by the other party's outside expert. The notification and disclosure requirement shall be the same as that specified elsewhere in this section, except the time requirement is 21 calendar days. 2. By the Board: a. When requested by the Board and subject to approval of the parties, outside experts may be needed to assist the Board. In such cases, the outside expert shall in no way be deemed authorized to usurp the Board's authority to issue the Board recommendations. Such authority shall remain vested solely in the Board. b. Prior to arranging for outside experts, the Board shall obtain prior approval from the Contracting Agency and the Contractor by providing: A statement explaining why the expert assistance is needed. An estimate of the cost of the expert assistance. iii. The expert's name and a general statement of the area of expertise they will provide. iv. A statement prepared by the proposed expert which addresses the requirements of the Establishment of the Board subsection of this Special Provision, item 2. v. A statement prepared by the proposed expert which identifies the experience and training which qualifies them as an expert. vi. A confidentiality statement, consistent with the confidentiality obligations of the Board described CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -64 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 in the Three Party Agreement, executed by the proposed expert. Disputes Review Board Report The Board's recommendations shall be formalized in a written report signed by all Board members. The recommendations shall be based on the Contract Provisions and the facts and circumstances involved in the dispute. The report should include a description of the dispute, statements of each party's position, findings as to the facts of the dispute, discussion and rationale for the recommendation(s), and the recommendation(s). The report shall be submitted concurrently to the parties, as soon as possible after completion of the hearing as agreed by all parties. Either party may request clarification of a report within 14 calendar days following receipt of the report. Within a reasonable period of time, the Board shall provide written clarification to both parties. Requests for clarification shall be submitted in writing simultaneously to the Board and the other party. Either party may request reconsideration of a report, provided: The request is made within 14 calendar days following receipt of the report, and 2. New information is obtained or developed that was not known at the time of the hearing or, in the party's opinion, the Board misunderstood or failed to consider pertinent facts of the dispute. Requests for reconsideration shall be submitted in writing simultaneously to the Board and the other party. The Board shall give the party not requesting reconsideration the option of submitting a rebuttal to any information that is the basis of the request for reconsideration. The Board shall provide a written response to the request for reconsideration. Acceptance of Disputes Review Board Recommendations Within 30 calendar days of receiving the Board's report, or within 14 calendar days of receiving the Board's written clarification and/or reconsideration, both the Contracting Agency and the Contractor shall respond to the other in writing signifying that the dispute is either resolved or remains unresolved. Although both parties should place weight upon the Board recommendations, the recommendations are not binding. If the Board's assistance does not lead to resolution of the dispute, the Contractor must file a claim according to Section 1-09.11(2) before seeking any form of judicial relief. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -65 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 In the event the Board's recommendations do not lead to resolution of the dispute, the Board's recommendation consisting solely of the Board's written report and any written minority reports, along with the Board's written clarifications and written responses to requests for reconsideration, if any, will be admissible in any subsequent dispute resolution proceedings including, but not limited to litigation/arbitration. The aforementioned list of documentation shall be considered all inclusive. Payment for the Disputes Review Board The Contracting Agency and Contractor shall share equally in the cost of the Board's services and all operating expenses of the Board. The Board members' compensation shall be in accordance with the Three Party Agreement. After the Contractor and Contracting Agency review invoices from the Board and other operating expenses of the Board, the Contractor shall make full payment for all Board members and Board operating expenses. The Contracting Agency will reimburse the Contractor for fifty percent of such payments, under the pay item "Disputes Review Board". The Contractor and the Contracting Agency shall equally bear the cost of the services of the outside expert hired to advise the Board. Outside experts hired to advise the Board shall Contract directly with the Contractor after concurrence from the Board and approval from the Contracting Agency. Invoices for these services shall be submitted by the expert to both the Contractor and Contracting Agency for approval by both parties. The Contractor shall pay approved invoices in full, and the Contracting Agency will reimburse the Contractor for fifty percent of such payments, under the Bid item "Disputes Review Board". The cost for securing outside expert services for the Contracting Agency or the Contractor shall be borne by the party securing such services. The Contracting Agency will provide administrative services, such as conference facilities and copying services, to the Board and the Contracting Agency will bear the costs for these services. Indemnification of Disputes Review Board Members The Contracting Agency and Contractor shall indemnify and hold harmless the Board members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -66 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 1-10.1(2) Description (April 12, 2018 CFW GSP) Section 1-10.1(2) is supplemented with the following: City of Federal Way Project Signs City of Federal Way Project signs shall be considered Construction Signs Class A. The Contractor shall provide two (2) project signs (4' x 8') per the detail available from the City. 1-10.2 Traffic Control Management CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -67 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 1-10.2(1) General (January 3, 2017 WSDOT GSP, OPTION 1) 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 1-10.2(2) Traffic Control Plans (April 12, 2018 CFW GSP) Section 1-10.2(2) is supplemented with the following: The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. If the Contractor opts to utilize traffic control plans other than those provided in these Contract Documents, the Contractor shall provide traffic control plans to the City of Federal Way for review and approval a minimum of five (5) working days prior to implementation. These plans shall supplement Construction Staging Plans. The plans as provided by the Contractor shall include and not be limited to the following information: • Stop line locations with station and offset to verify safety of intersection turning radius for vehicles. • Minimum lane widths provided for vehicular travel. • Turn pocket length, gap, and tapers in conformance with the City of Federal Way Standard Detail DWG 3-19A. 2. Detours will not be allowed except as noted herein or Section 1-07.23(2) as amended. 3. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and/or reflective tubular markers as required at the direction of the Engineer. 4. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, and shall contain accurate dimensions and legends and shall be signed by the preparer. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -68 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 1-10.3 Traffic Control Labor. Procedures and Devices 1-10.30) Traffic Control Labor (April 12, 2018 CFW GSP) Section 1-10.3(1) is supplemented with the following: Off -Duty Uniformed Police Officer The City shall reimburse the Contractor for the use of off-duty uniformed police officers at the invoiced cost with no mark-up per Standard Specifications 1-09.6 Force Account. Off-duty uniformed police officer will be required only when the signal system is in flashing mode or is not operational or when otherwise deemed necessary by the Project Engineer. The Contractor shall direct all Extra Duty requests, questions, or issues to Lynette Allen with the Federal Way Police Department at (253) 835-6701, or lynette.allen@cityoffederalway.com. On Fridays (or other times you cannot reach Lynette), please call (253) 835-6700 and ask for Diane Shines or Tami Parker. If the Contractor needs to cancel a job on Saturday or Sunday, please call (253) 835-6851 and ask them to inform the officer that the job is cancelled. Follow that up with an email to Lynette Allen. When scheduling off-duty uniformed police officers in the City of Federal Way, City of Federal Way Police Department (CFWPD) officers must be contacted first. If CFWPD cannot fill the job, off-duty King County Sheriff's Officers or Washington State Patrol Officers are allowed to work within the City of Federal Way, but must receive the CFWPD Chief's prior permission to work extra duty and fill the Contractor's request. No other agencies or private companies are authorized to perform off duty work within the City of Federal Way without project -specific approval from the CFWPD Chief or their designee. The CFWPD Chief has designated Lynette Allen as the program administrator so she can give the required permission. The use of off-duty uniformed police officers shall be in accordance with the City of Federal Way Police Department's guidelines as follows: • The Contractor will be billed for the entire duration of the job as it was requested. For example, if the Contractor requested an officer for 8 hours and the job was completed in 4 hours, the Contractor will still be billed for the entire 8 hours. A minimum of three (3) hours call out time shall be paid by the Contractor for each request for off-duty police officers. • If a job is cancelled with less than 24 hours' notice, the Contractor will be required to pay a 3 hour minimum. It shall be the Contractor's responsibility to arrange a work schedule to minimize any additional costs incurred by the minimum three (3) hour call out requirement. No reimbursement of any portion of the minimum callout will be allowed where Contractor -made schedule revisions occur after an off-duty officer has been procured. • The Contractor's request for a police officer does not guarantee they will get one. The Contractor must provide the date(s), times, location, and other details of their request and the CFWPD will put the job out to the CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -69 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 officers. Whether an officer signs up for it depends on many variables, especially their availability on the day requested. The more advance notice provided by the Contractor, the more likely it is that the job will be filled. Requests shall be made a minimum of forty-eight (48) hours before the use of the off-duty police officers on the project site. • The officer usually arrives at the extra duty job in a police car. • Officers cannot work extra duty jobs in plain clothes; they must wear their police uniform. • If a major emergency occurs, the off-duty officer may be pulled from the project. An officer may also get pulled off the job if he/she is required to appear in court. • Officers must be given breaks and lunch according to the Federal Labor Standards Act (FLSA). 1-10.4 Measurement 1-10.4(1) Lump Sum Bid for Project (No Unit Items) (August 2, 2004 WSDOT GSP, OPTION 1) Section 1-10.4(1) is supplemented with the following: The proposal contains the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10.4(1) shall apply. (CFW— DASH PROJECT) Section 1-10.4(1) is supplemented with the following: When the bid item for "Project Temporary Traffic Control" appears on the proposal, the lump sum contract price for "Project Temporary Traffic Control" shall include all costs associated with all Bid Schedules. "Project Temporary Traffic Control" shall include all Class A signs, and all other labor and equipment required to provide traffic control for the project unless other bid items are noted. "Project Signs (4'x8')" shall be measured per each. 1-10.5 Payment 1-10.5(2) Item Bids with Lump Sum for Incidentals (April 12, 2018 CFW GSP) Section 1-10.5(2) is supplemented with the following: "Off -Duty Uniformed Police Officer", by Force Account. The City shall reimburse the Contractor for the use of off-duty uniformed police officers at the invoiced costs, with no mark-up, per Standard Specification 1-09.6 Force Account and per Special Provision 1-10.3(1). (CFW— DASH PROJECT) Section 1-10.5(2) is supplemented with the following: "Project Signs (4'x8')", per each. END OF DIVISION 1 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -70 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description (March 13, 1995 WSDOT GSP, OPTION 1) 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 trees as noted on the plans or as directed by the Engineer to accommodate the improvements. Tree removal shall include removal of stumps and/or grinding of stumps to a depth at least two feet below finish grade. 2-01.3 Construction Requirements 2-01.3(3) Clearing Limit Fence (April 12, 2018 CFW GSP) Section 2-01.3(3) is a new section: Clearing limit fence shall be 4 -feet high, orange, high density polyethylene fencing with mesh openings 1'/2 -inch by 3 -inches nominal and weigh at least 7 oz. per linear foot. Either wood or steel posts shall be used. Wood posts shall have minimum dimensions of 1'/2 inches by 1'/2 inches by the minimum length of 5 feet, and shall be free of knots, splits, or gouges. Steel posts shall consist of either size No. 6 rebar or larger, ASTM A 120 steel pipe with a minimum diameter of 1 inch, U, T, L or C shape steel posts with a minimum weight of 1.35 lbs./ft. or other steel posts having equivalent strength and bending resistance to the post sizes listed. The spacing of the support posts shall be a maximum of 6'/2 feet. 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. 2-01.4 Measurement (April 12, 2018 CFW GSP) Section 2-01.4 is supplemented with the following: "Clearing and Grubbing" will be measured on a lump sum basis. Installation, maintenance, and removal of the Clearing Limit Fence shall be included in the Clearing and Grubbing bid item. 2-01.5 Payment (April 12, 2018 CFW GSP) CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -71 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Section 2-01.5 is supplemented with the following: "Clearing and Grubbing", lump sum. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description (September 30, 1996 WSDOT GSP, OPTION 4) Section 2-02.1 is supplemented with the following: The Contractor is advised that asbestos may be present on this project. 2-02.3 Construction Requirements (February 17, 1998 WSDOT GSP, OPTION 1) Section 2-02.3 is supplemented with the following: Removal of Obstructions The Contractor shall remove and dispose of all items shown on the plans and other minor items necessary to complete the work. The following partial list of items to be removed and disposed of is provided for the convenience of the contractor. The contractor shall review the plans, specifications, and project site to verify other items to be removed. Items to be removed include, but is not limited to, the following: ITEMS TO BE REMOVED INCUDE, BUT IS NOT LIMITED TO, THE FOLLOWING: STATION / OFFSET ITEM DESCRIPTION QUANTITY 14+70, RT Remove Concrete Stairs 1 EA 9+90, RT Remove Rockery 22 LF Removal of pavements, curbs, sidewalks, concrete, and driveway approaches are included in the "Roadway Excavation Incl. Haul" bid item. 2-02.3 Construction Reauirements 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters (April 12, 2018 CFW GSP) Section 2-02.3(3) is supplemented with the following: Prior to removal of pavement, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Removal of pavement, curbs, gutters, and sidewalks within the entire project limits shall be measured and paid as "Roadway Excavation incl. Haul" in accordance with Section 2-03. 2-02.3(4) Removal of Drainage Structures (April 12, 2018 CFW GSP) Section 2-02.3(4) is a new section: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove existing catch basins, manholes, pipes, and other drainage features CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -72 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 in accordance with Section 2-02 of the Standard Specifications. Removal shall be conducted in such a manner as to prevent damage to surrounding facilities including any existing storm sewers, sanitary sewers, electrical conduits or other facilities to remain. All remaining facilities including but not limited to storm sewers, sanitary sewers, monuments, valves, vaults, and electrical conduits damaged due to the Contractor's operations shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Contracting Agency. Catch basins, manholes, and other drainage structures designated for removal, including all debris, shall be completely removed. All removed catch basins, manholes, and other drainage structures shall become the property of the Contractor and shall be disposed of in accordance with Section 2-02 of the Standard Specifications. All undamaged frames, grates, and solid covers in a re - useable condition shall become the property of the City of Federal Way and shall be delivered to a location specified by the Engineer. Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb and gutter surrounding the structure required for removal will be considered incidental to the removal of the catch basin, manhole, or other drainage structures. Sawcuts shall be in accordance with Section 2-02 of these Special Provisions. Backfilling of catch basins, manholes, pipes and other drainage structures to be removed and replaced shall not be performed until the new structure is installed and shall be in accordance with Section 7-05. Backfilling of a structure to be replaced shall be considered incidental to the construction and installation of the new catch basin, manhole, or other drainage structure. Backfilling of catch basins, manholes, pipes and other drainage structures to be completely removed shall be performed using gravel borrow paid in accordance with the Bid Schedule. Prior to backfilling any voids, the Contractor shall remove pipe as noted in the plans. Pipe shown to be abandoned or ordered by the Engineer to be abandoned shall be filled with CDF in accordance with Section 2-09.3(1)E of the Standard Specifications. Plugging pipe ends shall be considered incidental and included in the pipe removal and no additional payment will be made. The Contractor shall maintain existing drainage, where designated by the Engineer, until the new drainage system is completely installed and functioning. 2-02.3(5) Adjust Existing Utility to Grade (April 12, 2018 CFW GSP) 2-02.3(5) is a new section: As shown in the Plans, existing utilities such as monuments, manholes, catch basin frames and grates, water valves, and meter boxes shall be adjusted to finished grade. The Contractor shall, prior to the beginning of any work, familiarize himself with the existing utility locations. The Contractor shall adjust City -owned utilities. Final adjustment shall be smooth and flush with finished grade. The Contractor shall mark the location of all utilities prior to paving the new surface. Unless otherwise provided for in the Special Provisions and Proposal, costs for adjusting utilities to grade, including coordinating the work CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -73 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 with other utilities, shall be incidental to the various items of work and no additional compensation will be allowed. Existing facilities shall be adjusted to the finished grade as shown in the Drawings and as further specified herein. Existing box, ring, grate, and cover shall be reset in a careful and workmanlike manner to conform to the new grade. Special care shall be exercised in all operations. Any damage occurring to the manholes, concrete inlets, monument cases, valve boxes, or water mains, due to the Contractor's operations, shall be repaired at the Contractor's own expense. Adjustments shall be made using bricks, concrete blocks, or cement, and the interior of the manhole adjustment shall be mortared smoothly. All covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for referencing and keeping a record of such references of all manholes, catch basins, monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of these references to the Engineer. The manholes, catch basins, monument cases, meter boxes, and valve boxes shall be adjusted to grade in accordance with Section 1-05.3(1). Final restoration of finished grade surfaces shall be performed in the following manner: 1. Within a Gravel Surface: Provide a 6 -inch -deep and 6 -inch -wide concrete collar installed and restored with 3 inches of crushed surfacing top course. 2. Within a Grass Surface: Provide crushed surfacing top course backfill and 3 inches of Topsoil Type A, and seed. 3. Within an Asphalt Cement Concrete Paved Surface: See City standard detail for Utility Adjustment. 2-02.3(6) Existing Utilities to Remain (April 12, 2018 CFW GSP) 2-02.3(6) is a new section: Utilities indicated in the Plans to remain shall be protected and supported in place in such a manner that they remain functional and undamaged. Utilities indicated to remain that are damaged as a result of Contractor's activity shall be repaired or replaced to the satisfaction of the Contracting Agency at no additional cost. 2-02.4 Vacant (April 12, 2018 CFW GSP) Section 2-02.4 Vacant shall be deleted and replaced with the following: 2-02.4 Measurement "Sawcutting" will be measured by the linear foot for pavement removal. "Remove Existing Storm Sewer Pipe" will be measured per lineal foot. 2-02.5 Payment (April 12, 2018 CFW GSP) Section 2-02.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -74 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 "Removal of Structure and Obstruction", lump sum. Structure Excavation Class B for the removal of items shall be considered included in this bid item. "Sawcutting", per linear foot. Sawcutting necessary for utility and stormwater installation are incidental to the measurement and payment of those contract items. "Remove Existing Storm Sewer Pipe", per linear foot. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.2 Pavement Removal (April 12, 2018 CFW GSP) Section 2-03.2 is replaced with the following: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs. Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Alternatively, the Contractor may elect grinding for pavement removal, where appropriate. The removed pavement shall become the property of the Contractor and shall be removed from the project. Damage caused to portions of the pavement to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will be made. 2-03.3 Construction Reauirements Section 2-03.3(10) Selected Material (April 12, 2018 CFW GSP) Section 2-03.3(10) is supplemented with the following: Selected Material when specified or required by the Engineer for use on the project shall meet the requirements of specified in Section 9-03.14(3) for Common Borrow. Section 2-03.3(14)G Backfilling (April 12, 2018 CFW GSP) Section 2-03.3(14)G is supplemented with the following: Remove all water and non -compatible materials from excavations prior to backfilling or attempting to compact embankment soil. Place native soils or provide import Gravel Borrow as required to complete the work. Backfill all embankments in accordance with 2-03.3(14)C, Compacting Earth Embankments, Method C. Section 2-03.3(14)N Wet Weather Earthwork (April 12, 2018 CFW GSP) CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -75 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Section 2-03.3(14)N is a new section: Earthwork completed in wet weather or under wet conditions shall be accomplished in small sections to minimize exposure to wet weather. Each section shall be sufficiently small so that the removal of soil and placement of backfill can be accomplished on the same day. No soil shall be left un - compacted and exposed to water. Soil that is too wet for compaction shall be removed and replaced with Gravel Borrow material. Grading and earthwork should not be accomplished during periods of heavy continuous rainfall. 2-03.4 Measurement (March 13, 1995 WSDOT GSP, OPTION 2) Section 2-03.4 is supplemented with the following: Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. If discrepancies are discovered in the ground elevations, which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross-section notes will be available for the bidder's inspection, before the opening of bids, at the Engineer's office and at the Region office. Upon award of the contract, copies of the original ground cross-sections will be furnished to the successful bidder on request to the Engineer. (April 12, 2018 CFW GSP) Section 2-03.4 is supplemented with the following: If the Contractor excavates outside the neat -line limits designated for "Roadway Excavation, Incl. Haul" or performs extra excavation, it shall be considered for the Contractor's benefit and shall be included in the cost of other Bid Items. 2-03.5 Payment (April 12, 2018 CFW GSP) Section 2-03.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Roadway Excavation Incl. Haul", per cubic yard. (March 13, 1995 WSDOT GSP, OPTION 2) Section 2-03.5 is supplemented with the following: All costs in connection with the preparation of waste sites and waste deposits shall be included in the Mobilization. 2-09 STRUCTURE EXCAVATION 2-09.3 Construction Requirements CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -76 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 2-09.3(1)E Backfilling (April 12, 2018 CFW GSP) The first paragraph of Section 2-09.3(1) is replaced with the following: The backfilling of openings dug for Structures or for Removal of Structures and Obstructions shall be a necessary part of and incidental to the excavation. Backfill material shall be Gravel Borrow unless the use of native or other material is approved by the engineer. 2-09.4 Measurement (April 12, 2018 CFW GSP) Section 2-09.4 is supplemented with the following: Shoring or Extra Excavation Class B will be measured for payment only when the excavation is four -feet (4') or deeper. END OF DIVISION 2 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -77 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 3-01 PRODUCTION FROM QUARRY AND PIT SITES 3-01.4 Contractor Furnished Material Sources 3-01.4(1) Acquisition and Development (April 12, 2018 CFW GSP) Section 3-01.4(1) is supplemented with the following: No source has been provided for any materials necessary for the construction of these improvements. If the source of material provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of haul routes. END OF DIVISION 3 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -78 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Reauirements 4-04.3(3) Mixing (April 12, 2018 CFW GSP) Item 2 of Section 4-04.3(3), is replaced with the following: 2. Road Mix Method - The road mix method of mixing surfacing material will not be allowed. 4-04.3(4) Placing and Spreading (April 12, 2018 CFW GSP) Item 2 of Section 4-04(4), is replaced with the following: 2. Road Mix Method - The road mix method of mixing surfacing material will not be allowed. 4-04.5 Payment (April 12, 2018 CFW GSP) Section 4-04.5 is supplemented with the following: The unit contract price for Ballast and Crushed Surfacing shall also include compacting, and removing and hauling to waste when required by the Engineer. END OF DIVISION 4 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -79 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT (July 18, 2018 APWA GSP) Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti -Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -80 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.20A Vacant 5-04.2(2) Mix Design — Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & sig -nature) of a valid licensed Washington State Professional Engineer. The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accredita-tion Bureau, L -A -B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -81 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). Have anti -strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti -strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. Before using additives, obtain the Engineer's approval using WSDOT Form 350- 076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55-F 45-F 0.10 to .20 45-F 35-F CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -82 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 More than 0.20 35-F 35-F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8- 23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment — An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial -scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -83 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power -propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -84 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer's approval, unless other -wise required by the contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to Iaydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -85 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -86 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS -1, or CSS -1h emulsified asphalt. The CSS -1 and CSS -1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3(4)A Crack Sealina 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks '/4 inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS -1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS -1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks '/4 inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -87 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: A. Cracks '/4 inch to 1 inch in width - fill with hot poured sealant. B. Cracks greater than 1 inch in width — fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor -provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35 -foot compacted depth. Lifts that exceed 0.35 -foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -88 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti - stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: H MA Class 1 " 0.35 feet HMA Class 3/4" and HMA Class 1/2" wearing course 0.30 feet other courses 0.35 feet HMA Class %" 0.15 feet CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -89 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances — The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 Property Non -Statistical Evaluation Commercial Evaluation Asphalt Binder +/-0.5% +/-0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following olerances to the approved MW Aggregate Percent Non -Statistical Commercial Evaluation Passing Evaluation 1", 3/4",'/2", and 3/8" sieves +/-6% +/-8% No. 4 sieve +/-6% +/-8% CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -90 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 No. 8 Sieve +/-6% +/-8% No. 200 sieve +/-2.0% +/-3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates —2 percent for the aggregate passing the 1'/2" 1" 3/4" '/2" W and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content — The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance — Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation — Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH -TO T 168. A minimum of three samples should be taken CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -91 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the dis-cretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: If the test results are found to be within specification requirements, additional testing will be at the Engineer's discretion. If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor 'If I All aggregate passing: 1'/2', 1" 3/4' '/2' %" and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the toler-ance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appro-priate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -92 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance — Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 -foot, shall be compacted to a CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -93 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4 -inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -94 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction —General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction — Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500 -foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Comaaction 5-04.3(10)D1 HMA Nonstatistical Compaction — Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -95 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction — Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture -density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non -Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reiect Work 5-04.3(11)A Refect Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -96 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 5-04.301)B Resection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.301)C Resection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.301)D Resection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.301)E Rejection -An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.301)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -97 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 5-04.301)G Resection - An Entire Lot (Mixture or Compaction An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than '/2 of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridae Pavina Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -98 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 detail shown in the Standard Plan. Con-struct the sawcut in accordance with Section 5- 05.3(8)B and the manufacturer's application procedure. 5-04.3(12)132 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than '/8 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than '/4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre -Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -99 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Locations of existing surfacing to be planed are as shown in the Drawings Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the sur -face by the Contractor's planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as deter -mined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.304)A Pre -Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can iden-tify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre -planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -100 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. C. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post -paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals — Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre -planing briefing and pre -paving briefing. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -101 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where peace officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day's traffic control as it relates to the specific requirements of that day's planing and paving. Briefly describe the se-quencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre -Paving and Pre -Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day's operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -102 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other con -tractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving — additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equip-ment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day's operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.305) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.306) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-04.307) Temporary Asphalt Pavement (April 12, 2018 CFW GSP) Section 5-04.3(17) is a new section: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -103 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Temporary asphalt pavement shall be placed by the Contractor immediately upon the request of the Engineer for the maintenance of traffic during construction. These areas include: voids created by the removal of existing improvements (i.e. Traffic islands, curbs), providing paved access to private properties, and ramps for property access during cement concrete driveway approach construction. All temporary paving shall be approved by the Engineer before placement. Any areas of temporary pavement to be removed and replaced shall be approved by the Engineer beforehand. This work shall also include the removal of temporary asphalt concrete pavement in its entirety prior to final paving. Hot Mix Asphalt Temporary Pavement: Hot mix asphalt will be used for any trench restoration within the traveled way. Whether temporary or permanent, saw cut and treat edges with CSS -1 asphalt emulsion and apply a minimum 3 - inch pavement depth or match existing, whichever is greater. Also, fill voids created by the removal of existing traffic islands and curbing, paving over excavated roadway to temporary access to adjacent properties, and ramps for property access during concrete approach construction. Cold Mix Asphalt Temporary Pavement: Cold mix asphalt is allowed for temporary paving outside the traveled way. The cold mix shall be approved by the Engineer and placed in a 2 -inch minimum thickness. Placement of temporary pavement without prior approval of the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced require prior approval by the Engineer. This work shall include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. 5-04.4 Measurement HMA Cl. 1/2" PG 64-22 and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -104 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8-23.4. Water will be measured by the M gallon as provided in Section 2-07.4. (April 12, 2018 CFW GSP) Section 5-04.4 is supplemented with the following: Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material actually placed, with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Hot Mix Asphalt Temporary Pavement shall be paid under the "Temporary Pavement" bid item and shall include placement and compaction of hot mix asphalt, removal and disposal of temporary pavement. Cold Mix Asphalt Temporary Pavement will not be measured and shall be considered incidental to other bid items. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: "HMA Cl. 1/2" PG 64-22", per ton. The unit Contract price per ton for "HMA Cl. 1/2" PG 64-22 shall be full compensation for all costs, including anti -stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. "Planing Bituminous Pavement", per square yard. The unit Contract price per square yard for "Planing Bituminous Pavement" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). "Temporary Pavement Marking", per linear foot. Payment for "Temporary Pavement Marking" is described in Section 8-23.5. (April 12, 2018 CFW GSP) Section 5-04.5 is supplemented with the following: "Temporary Pavement", per ton. END OF DIVISION 5 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -105 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 DIVISION 6 STRUCTURES 6-13 STRUCTURAL EARTH WALLS 6-13.1 Description (April 12, 2018 CFW GSP) Section 6-13.1 is supplemented with the following: The work consists of constructing Modular Block Walls in accordance with the details in the plans. Modular block walls are defined as Structural Earth Walls constructed of standard unit blocks, without geogrid or anchor reinforcing. Construction and installation must conform to the manufacturer's specific requirements. 6-13.2 Materials (January 2, 2018 WSDOT GSP, OPTION 3) Section 6-13.2 is supplemented with the following: Concrete Block Faced Structural Earth Wall Materials General Materials Concrete Block Acceptability of the blocks will be determined based on the following: 1. Visual inspection. 2. Compressive strength tests, conforming to Section 6-13.3(4). 3. Water absorption tests, conforming to Section 6-13.3(4). 4. Manufacturer's Certificate of Compliance in accordance with Section 1- 06.3. 5. Freeze -thaw tests conducted on the lot of blocks produced for use in this project, as specified in Section 6-13.3(4). 6. Copies of results from tests conducted on the lot of blocks produced for this project by the concrete block fabricator in accordance with the quality control program required by the structural earth wall manufacturer. The blocks shall be considered acceptable regardless of curing age when compressive test results indicate that the compressive strength conforms to the 28 -day requirements, and when all other acceptability requirements specified above are met. Testing and inspection of dry cast concrete blocks shall conform to ASTM C 140, and shall include block fabrication plant approval by WSDOT prior to the start of block production for this project. Mortar Mortar shall conform to ASTM C 270, Type S, with an integral water repellent admixture as approved by the Engineer. The amount of admixture shall be as recommended by the admixture manufacturer. To ensure uniform color, texture, and quality, all mortar mix components shall be obtained from one manufacturer for each component, and from one source and producer for each aggregate. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -106 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Drainage Geosynthetic Fabric Drainage geosynthetic fabric shall be a non -woven geosynthetic conforming to the requirements in Section 9-33.1, for Construction Geotextile for Underground Drainage, Moderate Survivability, Class B. Proprietary Materials GEOWALL Structural Earth Retaining Wall System Connection pins shall be fiberglass conforming to the requirements of Basalite Concrete Products, LLC. (April 12, 2018 CFW GSP) Section 6-13.2 is supplemented with the following: Modular block wall facing shall be straight face standard blocks, 8 -inches in height, and 12 to 18 -inches in width, unless otherwise approved by the City. Blocks shall be concrete grey in color. Wall shall be capable of being installed with a vertical or near vertical wall batter. ANTI -GRAFFITI COATING Anti -graffiti coating shall be a non -sacrificial, clear, UV stable, anti -graffiti sealer suitable for vertical and horizontal concrete and rough stone surfaces and shall have the following characteristics: ■ Meet or exceed ASTM D6578 Graffiti test ■ Non-reactive, zero VOC, AQMD, and CARB compliant ■ Allow moisture vapor to escape while not allowing moisture to penetrate UNIT FILL Unit Fill shall consist of clean 1" minus crushed stone meeting the following gradation requirements, tested in accordance with ASTM D-422. The percent fracture requirement shall be 75% minimum. The fracture requirement shall be at least one fractured face and will apply to combined aggregate retained on the U.S. No. 4 sieve in accordance with FOP for AASHTO PT 61. Sieve Percent Size Passing 1 inch 100 3/4 inch 75-100 No.4 0-10 No. 50 0-5 6-13.3 Construction Requirements (DASH PROJECT GSP) Section 6-13.3 is supplemented with the following: Concrete Block Faced Structural Earth Wall Concrete block faced structural earth walls shall be constructed of the following wall systems. The Contractor shall make arrangements to purchase the concrete blocks, soil reinforcement, attachment devices, joint filler, and all necessary incidentals from the source identified with each wall system: GEOWALL Structural Earth Retaining Wall System GEOWALL MAX blocks shall be utilized for the S Dash Point Road Improvements. Standard MAX blocks are 8"H x 18"W x 21.5"D. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -107 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 GEOWALL is a registered trademark of Basalite Concrete Products, LLC Basalite Concrete Products, LLC 3299 International Place Dupont, WA 98327-7707 (800) 964-9424 FAX: (253) 964-5005 www.basalite.com (April 12, 2018 CFW GSP) Section 6-13.3 is supplemented with the following: Unit Fill A minimum of one (1) cubic foot of Unit Fill shall be used for each square foot of wall face. Unit fill shall be placed within cores of blocks before next layer of blocks is placed, unless otherwise recommended by the block manufacturer. Filling of block cores with unit fill after multiple levels of the wall has been constructed will not be allowed. Concrete Blocks Modular block wall shall be installed as shown in the plans with a vertical or near vertical batter. Geogrid or anchor reinforcements shall not be used where they would extend outside of the right-of-way or tie -back easements. The contractor -supplied design shall incorporate a proposed block that will accommodate these design parameters. Only one style of precast concrete block shall be allowed on the project. Once approved, all precast concrete blocks shall be of the same manufacture and style for all modular block and structural earth walls. Ends of walls shall have finished end/corner blocks or be wrapped back into slope so that unfinished sides of blocks are not visible. Exposed ends of levels at wall steps shall also have finished end/corner blocks. Contractor is responsible to ensure any wall batter is taken into account when staking wall location so that full sidewalk widths shown on plans is constructed. 6-13.4 Measurement (April 12, 2018 CFW GSP) Section 6-13.4 is supplemented with the following: Modular Block Wall shall be measured by the square foot of completed wall in place. The vertical limits for measurement are from the top of the base leveling pad to the top of the top course of blocks (including cap blocks) of the exposed finished face. The horizontal limits for measurement are from the end of wall to the end of wall along the length of the exposed finished face. 6-13.5 Payment (April 12, 2018 CFW GSP) Section 6-13.5 is supplemented with the following: "Modular Block Wall", per square foot. The unit Contract price per square foot for "Modular Block Wall" shall be full payment for all costs to perform the Work in connection with constructing modular block walls, including leveling pads. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -108 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 The unit contract price per square foot for Structural Earth Wall and/or Modular Block Wall shall be full compensation for the complete construction of the retaining wall(s) as shown in the Plans. This includes all other items as may be required to complete the work as specified including but not limited to: engineering design, structure excavation, haul, shoring, modular block units, cap units, end/corner units, shear connectors, tie- back/geogrid system, anti -graffiti coating, base leveling pad, backfill, unit fill, gravel backfill for drain, non -woven geotextile, and wall drainpipe including cleanouts. All components of walls shown in Plan details or required for a complete and finished wall are included in this bid item. END OF DIVISION 6 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -109 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-01 DRAINS 7-01.1 Description (April 12, 2018 CFW GSP) Section 7-01.1 is supplemented with the following: This work consists of installing catch basins and connecting wall drains to the storm drainage system. 7-01.3 Construction Requirements 7-01.3(3) Cleanouts and Fittings for Drain and Underdrain Pipe (April 12, 2018 CFW GSP) Section 7-01.3(3) is a new section: The Contractor shall install cleanouts at the terminal end of any drain or underdrain pipe not entering into a drainage structure. Cleanouts shall be installed at 150' maximum spacing with a maximum of two (2) cleanouts per section of drain or underdrain pipe. 7-01.5 Payment (April 12, 2018 CFW GSP) Section 7-01.5 is supplemented with the following: Excavation, laying pipe, fittings, cleanouts, pipe bedding, imported backfill material (or native material if approved by the engineer), construction geotextile, connections to new or existing storm drainage structures, haul and disposal of trench material to be wasted including unsuitable material, cleaning, and testing will not be measured as these items are incidental to the drain pipe and/or underdrain pipe pay item(s). 7-04 STORM SEWERS 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing (April 12, 2018 CFW GSP) Section 7-04.3(1) is supplemented with the following: Cleaning and testing of storm sewer pipe shall be in accordance with Section 7- 04.3(1) of the Standard Specifications, except as modified herein: Any departures from the best construction practices by the Contractor, such as pipe line misalignment, presence of foreign matter in the pipes or catch basins, poor catch basin construction, etc., shall be corrected by the Contractor at the Contractor's own expense. Testing will not be authorized until such corrections have been made to the satisfaction of the Engineer. 7-04.5 Payment (April 12, 2018 CFW GSP) Section 7-04.5 is supplemented with the following: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -110 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 "Ductile Iron Storm Sewer Pipe, 12 In. Diam.", per linear foot. "Drain Pipe, 6 In. Diam.", per linear foot. Section 7-04.5 is modified as follows: The unit contract price per linear foot of storm sewer pipe of the type and size specified shall be full pay for furnishing all tools, labor, and equipment, and materials necessary for its complete installation, including, but not limited to: sawcutting, pavement removal, trench excavation, dewatering (if required), temporary flow bypass, laying pipe, pipe bedding, imported or native backfill, compaction, connection to new or existing storm sewers or drainage structures, haul and disposal of trench material to be wasted including unsuitable material, cleaning and testing, and costs related to maintaining existing drainage system during construction or to provide temporary drainage systems. Pipe testing must be completed before payment for pipe will be made. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.3 Construction Requirements (April 12, 2018 CFW GSP) Section 7-05.3 is supplemented with the following: Storm drain cleanouts shall be provided for retaining wall drainage and connected to the storm drainage system at the locations specified on the plans or as directed by the Engineer. All lids located within sidewalk areas, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly owned properties, must meet ADA requirements and be slip -resistant. Acceptable slip -resistant products are: 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; "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. The following requirements shall be applicable to both existing and proposed structures, as shown on the plans, or as designated by the Engineer: Vaned Grate vs Solid Lid A vaned grate and associated frame shall be installed on manholes and catch basins located where they will accept runoff. Bi-directional vaned grates shall be installed at all roadway sag locations and at low points along curb returns. All structures not receiving surface runoff shall include solid lids, unless otherwise indicated on the plans or directed by the Engineer. Locking vs Non -Locking Lid CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -111 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 All lids and frames shall be locking unless shown as non-locking on plans or directed otherwise by the Engineer. The Contractor shall place anti - seize compound on all locking lid bolts prior to the final project punch list inspection. Round vs Square Lid All structures, new or existing, shall utilize round lids, except for those that accept surface runoff (i.e. those located along a gutter flow line). Catch basins shall include conversion risers to accommodate round lids where indicated in the plans or directed by the Engineer. Heavy -Duty Hinged Frames and Covers Heavy-duty hinged frames and covers shall be installed whenever round, solid lids are required as outlined above. 7-05.30) Adjusting Manholes, Valve Boxes and Catch Basins to Grade (April 12, 2018 CFW GSP) Section 7-05.3 is supplemented with the following: Manholes, valve boxes, catch basins, and other structures shall not be adjusted to final grade until the adjacent pavement is completed, at which time the center of each structure shall be carefully relocated from references previously established by the Contractor. The asphalt concrete pavement shall be removed to a neat circular shape for circular grates and covers and a neat rectangular shape for rectangular grates and covers. The edge of the cut shall be 1.5 feet from the outside edge of the cast iron frame of the structure. The base materials and crushed rock shall be removed to the full depth of adjustment plus 2 inches. The manhole and catch basin frames shall be lifted and reset to the final grade, plumb to the roadway, and shall remain operational and accessible. (Reference City of Federal Way Standard Drawing 3-55 for Utility Adjustment). The Contractor shall adjust manholes and catch basins with pre -cast grade rings, and mortar and high impact adjustment risers with a maximum 2 -inch thickness where required for heavy-duty frames and covers within the travelled roadway. Metal adjustment rings shall not be used. If more than three grade rings are required to adjust a manhole or Type 2 catch basin to final grade, including existing grade rings, the Contractor shall remove the existing cone section or top slab, install a pre -cast manhole section of sufficient height to limit the number of grade rings to a maximum of three, and reinstall the cone section or top slab prior to paving operations. Grade adjustment rings and high impact riser installation shall be inspected by the Engineer prior to frame installation. Cover and grate frames shall be securely grouted to the structure. Where existing structures are located within the wheel path of a proposed travel lane, catch basins adjusted to grade shall also include conversion risers and heavy duty locking frames and covers and high -impact risers. Following frame installation, the edges of the removed asphalt pavement and the outer edge of the reset frame shall be painted with asphalt for tack coat. The entire void around the adjustment shall then be filled with Commercial HMA, placed and compacted in maximum 3 -inch lifts, to match the adjacent pavement surface. The joint between the patch and existing pavement shall then be painted CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -112 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 with asphalt for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. 7-05.3(3) Connections to Existing Manholes (April 12, 2018 CFW GSP) Section 7-05.3(3) is supplemented with the following: The requirements of this section shall also apply to connections to existing catch basins. 7-05.3(5) Connections to Existing Pipe (April 12, 2018 CFW GSP) Section 7-05.3(5) is a new section: The contractor shall connect (or reconnect) existing pipes to new manholes or catch basins without obstructing flow from upstream locations. 7-05.3(6) Cleaning (April 12, 2019 CFW GSP) Section 7-05.3(6) is a new section: Prior to final project acceptance by the City, the Contractor shall be responsible to ensure the sumps of all manholes, inlets, catch basins, and drywells are clean of sediment and debris. 7-05.5 Pay (April 12, 2018 CFW GSP) Section 7-05.5 is supplemented with the following: The unit contract price for catch basins and/or manholes shall be full pay for furnishing all labor, tools, equipment, and materials necessary to complete each unit according to the Plans and Specifications. This includes all sawcutting, pavement removal and disposal, excavation, dewatering (if required), temporary flow bypass, connections to existing and new pipe, foundation material, bedding, imported or native backfill, compaction, surface restoration, testing, cleaning, and furnishing and placing of all accessories and conversion risers, temporary patching hot mix to allow for the passage of traffic, and other items as applicable. Frames and grates or rings and covers, grade rings and adjustment risers including conversion risers shall be considered incidental to this bid item and will not be measured for separate payment. The unit contract price for "Connection to Drainage Structure" applies to connecting new storm drain pipe to existing storm drainage catch basins and manholes and includes all labor, tools, equipment, and materials necessary to core drill the existing drainage structure and provide the necessary pipe connection. Any associated sawcutting, pavement removal and disposal, excavation, imported or native backfill, compaction, and pavement restoration are incidental to this bid item. 7-07 CLEANING EXISTING DRAINAGE STRUCTURES 7-07.5 Payment (April 12, 2018 CFW GSP) Section 7-07.5 is replaced with the following: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -113 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 All costs associated with cleaning existing drainage structures shall be considered incidental to and included in the various bid items and no additional payment shall be made. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.30A Trenches (April 12, 2018 CFW GSP) Section 7-08.3(1)A is supplemented with the following: Where water is encountered in the trench, it shall be removed during pipe -laying operations and the trench so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe. Trench water or other deleterious materials shall not be allowed to enter the pipe at any time. Trenching may disturb existing pavement markings that are not shown to be replaced on the plans. All such pavement markings damaged by trenching shall be repaired after trenching is backfilled and restored. The new pavement markings shall match the damaged pavement marking. All pavement marking repair cost shall be incidental to the pipe installation, including all necessary labor and materials. 7-08.3(3) Backfilling (April 12, 2018 CFW GSP) Section 7-08.3(3) is supplemented with the following: Initial backfilling shall be performed only after inspection and approval of the installed pipe. Backfill shall be accomplished in such a manner that the pipe is not damaged by impact or overloading. Water settling will not be permitted. If there is an excess of acceptable backfill material obtained from trench excavation at one location on the project, it shall be used at other locations on the project as directed by the Engineer. Native backfill stockpiles shall be protected to prevent excessive wetting. The cost of transporting the excess backfill material shall be considered incidental to the pipe or structure backfilled. END OF DIVISION 7 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -114 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements 8.01.3(1) General (April 12, 2018 CFW GSP) The first paragraph of 8-01.3(1) is deleted and replaced with the following: The Contractor shall install a high visibility fence along the right-of-way lines shown in the Plans or as instructed by the Engineer. 8-011.30A Submittals (April 12, 2018 CFW GSP) Section 8-01.3(1)A is revised to read: A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the Contractor and submitted for approval to the Engineer. The plan shall consist of the Contractor's complete strategy to meet the requirements of the Department of Ecology's NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated With Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare review and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor's SWPPP shall meet the requirements of the general permit. The Contractor's modifications to the SWPPP shall also incorporate the content and requirements for the Spill Prevention, Control and Countermeasures (SPCC) Plan in accordance with Section 1-07.15(1). The SWPPP shall document all the erosion and sediment control Best Management Practices (BMPs) proposed, whether permanent or temporary. The plan shall document installation procedures, materials, scheduling, and maintenance procedures for each erosion and sediment control BMP. The Contractor shall submit the SWPPP for the Engineer's approval before any work begins. The Contractor shall allow at least five working days for the Engineer's review of the initial SWPPP or any revisions to the modified SWPPP. Failure to approve all or part of any such plan shall not make the Contracting Agency liable to the Contractor for any work delays. The Contractor may not begin work without an approved Contractor's SWPPP. The Contractor shall complete and modify the SWPPP to meet the Contractor's schedule and method of construction. All TESC Plans shall meet the requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adapted as needed throughout construction based on site inspections and discharge samples to maintain compliance with the CSWGP. The Contractor shall develop a schedule for implementation of the SWPPP work and incorporate it into the Contractor's progress schedule. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -115 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer's review and approval. As a minimum, the SWPPP shall include all the SWPPP requirements identified in the General Permit, including: Narrative discussing and justifying erosion control decisions (12 elements) Drawings illustrating BMPs types and locations Engineering calculations for ponds and vaults used for erosion control A schedule for phased installation and removal of the proposed BMPs, including: A. BMPs that will be installed at the beginning of project startup. B. BMPs that will be installed at the beginning of each construction season. C. BMPs that will be installed at the end of each construction season. D. BMPs that will be removed at the end of each construction season. E. BMPs that will be removed upon completion of the project. An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction/ Turbidity and pH Exceedances Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide the following at no additional cost to the Contracting agency: 1. The necessary SWPPP revisions and on-site measures/revisions including additional source control, BMP maintenance, and/or additional stormwater treatment BMPs that are necessary to prevent continued exceedance of turbidly and/or pH benchmarks. 2. The regulatory notification to the Dept. of Ecology and to the Engineer of any monitoring results requiring regulatory notification. 3. The additional daily sampling and reporting measures described in the General Permit to verify when project site runoff is in compliance. 8-01.3(2) Seeding, Fertilizing, and Mulching 8-01.3(2)B Seeding and Fertilizing CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -116 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 (September 3, 2019 WSDOT GSP, OPTION 3) Section 8-01.3(2)B is supplemented with the following: Grass seed shall be a commercially prepared mix, made up of low growing species which will grow without irrigation at the project location, and approved by the Engineer. The application rate shall be two pounds per 1000 square feet. Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied at the rate of 10 pounds per 1000 square feet. 8-01.4 Measurement (DASH PROJECT GSP) "Erosion Control & Water Pollution Prevention" shall include maintenance and removal of erosion and water pollution control devices including removal and disposal of sediment, stabilization and rehabilitation of soil disturbed by these activities, protection and rehabilitation of slopes during wet weather. When the bid item for "Erosion Control and Water Pollution Prevention" appears on the proposal, the lump sum contract price for "Erosion Control and Water Pollution Prevention" shall include all costs associated with all Bid Schedules. 8-01.5 Payment (DASH PROJECT GSP) "Erosion Control & Water Pollution Prevention" shall be paid on a Lump Sum Basis. 8-02 ROADSIDE RESTORATION 8-02.1 Description (April 12, 2018 CFW GSP) The first paragraph of Section 8-02.1 is revised to read: All plant materials required by the Bid Documents shall be plant species including plant establishment (PSIPE) per the Standard Specifications. 8-02.2 Materials (April 12, 2018 CFW GSP) The first paragraph of Section 8-02.2 is revised to read: Root Barrier: 18 -inch high, minimum thickness 0.090 -inch, interlocking root barrier panels constructed of high -impact polypropylene with 1/2 -inch reinforcing tabs. 8-02.3 Construction Requirements 8-02.3(1) Responsibility During Construction (April 12, 2018 CFW GSP) Section 8-02.3(1) is supplemented with the following: Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and associated roadside work is completed. Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. If water restrictions are anticipated or in force, planting of landscape materials may be delayed. Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from the CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -117 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing will be allowed. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. 8-02.3(5) Planting Area Preparation (April 12, 2018 CFW GSP) Section 8-02.3(5) is supplemented with the following: Thoroughly scarify subgrade in tree, and seeded lawn areas to a minimum depth of six -inches (6") except within critical root zones of existing trees to remain, as noted on plans. Scarified subgrade shall be inspected and approved by the Engineer prior to the placement of topsoil. Remove all construction debris and rocks over two -inches (2") in diameter prior to placing topsoil. Scarified subgrade shall be inspected and approved by the Engineer prior to placement of topsoil. Upon approval of the subgrade, Topsoil A shall be installed to a minimum depth of 4 inches lightly compacted depth in all seeded areas, unless otherwise noted on plans. Lightly compact soil and establish a smooth and uniform finished grade to allow to surface drainage and prevents ponding. The areas shall be brought to a uniform grade, 1 inch, or the specified depth of mulch, below walks, curbs, junction and valve boxes, and driveways, unless otherwise specified. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. 8-02.3(6)B Fertilizers (September 3, 2019 WSDOT GSP, OPTION 3) Section 8-02.3(6)B is supplemented with the following: Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied at the rate of 10 pounds per 1000 square feet. 8-02.3(8) Planting (April 12, 2018 CFW GSP) Section 8-02.3(8) is supplemented with the following: All Topsoil Type A required to pit plant trees and bark mulch for topdressing, as specified on the plans, shall be considered incidental to and included in the unit contract price of the trees. Use loosened and replaced compacted mineral native soil without organics under tree rootball. Use topsoil on sides of tree rootball only. Use full depth topsoil for shrubs. Trees shall be handled by the rootball, not by the trunk. Burlap and wire shall remain intact until trees are set in their final positions within each planting pit. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -118 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Plant trees and shrubs upright and rotate in order to give the best appearance or relationship to adjacent plants, topography, and structures. Hold plant rigidly in position until topsoil has been backfilled and water settled free of voids and air pockets and tamped firmly around the ball or roots. When the pit is backfilled halfway, place the specified quantity of fertilizer plant tablets and stakes as shown on the Plans. Evenly space the fertilizer tablets around the perimeter of, and immediately adjacent to the root system. Carefully place water and compact planting topsoil, filling all voids. Tree root crowns to be 1" higher than finished grade to allow for settlement. When the planting pit is three quarters backfilled, fill with water and allow water to soak away. Fill the pits with additional topsoil to finish grade and continue backfilling as detailed on the Plans. Water trees immediately after planting. The contractor shall apply 3 inches of pea gravel flush with bottom of tree grates in tree wells per City Standard Detail 3-31. 8-02.3(9)B Seeding and Fertilizing (September 3, 2019 WSDOT GSP, OPTION 2) Section 8-02.3(9)B is supplemented with the following: Grass seed shall be a commercially prepared mix, made up of low growing species which will grow without irrigation at the project location, and accepted by the Engineer. The application rate shall be two pounds per 1000 square feet. 8-02.3(10) Fertilizer (April 12, 2018 CFW GSP) Section 8-02.3(10) is supplemented with the following: All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients and manufacturer's guaranteed statement of analysis clearly marked, in accordance with State and Federal law. Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer manufacturer's recommendations. 8-02.3(11) Bark or Wood Chip Mulch (April 12, 2018 CFW GSP) Section 8-02.3(11) is supplemented with the following: Bark Mulch shall be placed over all tree planting pits to a depth no less than two (2) inches, or as detailed on the Plans. Thoroughly water and hose down plants with a fine spray to wash the leaves of the plants immediately after application. 8-02.3(13) Plant Establishment (April 12, 2018 CFW GSP) Section 8-02.3(13) is supplemented with the following: Plant establishment shall consist of insuring resumption and continued growth of all planted materials including trees, shrubs, ground cover, and seeded areas for a period of one (1) year. This shall include, but is not limited to, labor and materials necessary or removal and replacement of any rejected plant material planted under this contract. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -119 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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: Topsoil, bark mulch, compost, and/or soil amendments will be measured by the cubic yard in the haul conveyance at the point of delivery. Root barrier will be measured per linear foot of installed root barrier. "PSIPE, Acer X Freemanii `Jeffersred' / Autumn Blaze Maple, 2-1/2" Cal" shall be measured per each. "PSIPE, Prunus Laurocerasus (Otto Luyken Laurel), 5 Gal. Container" shall be measured per each. "Seeded Lawn" will be measured in square yards of actual lawn completed, established, and accepted. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -120 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 "Property Restoration" will be paid by force account and must be approved by the engineer prior to completing the work. Fertilizer shall be incidental to other bid items unless specifically listed as a bid item. 8-02.5 Payment (April 12, 2018 CFW GSP) Section 8-02.5 is supplemented with the following: "PSIPE, Acer X Freemanii `Jeffersred' / Autumn Blaze Maple, 2-1/2" Cal", per each. The unit contract price per each shall also include all fertilizer, tree stakes, and establishment as shown in the plans and called for in the specifications. "PSIPE, Prunus Laurocerasus (Otto Luyken Laurel), 5 Gal. Container", per each. The unit contract price per each shall also include all fertilizer and establishment as shown in the plans and called for in the specifications. "Root Barrier" per linear foot. "Bark Mulch" per cubic yard. The unit contract price shall be full pay for furnishing and spreading the mulch. "Seeded Lawn" per square yard. The unit contract price will include all preparation, fertilizer, establishment, and mowing as called for in the specifications. "Property Restoration" per force account 8-03 IRRIGATION SYSTEMS 8-03.1 Description (April 12, 2018 CFW GSP) Section 8-03.1 is supplemented with the following: The work shall consist of installing a fully functioning and complete landscape irrigation system. Some private irrigation systems exist within the project limits which may be impacted by the project improvements. The Contractor shall minimize the impacts to these facilities to the maximum extent possible. In the event that irrigation systems are found to encroach within the limits of the project improvements, they shall be modified as necessary per Engineer directed force accounts to ensure satisfactory operation upon completion of the improvements. The Contractor is responsible to coordinate with affected property owners to ensure their existing sprinkler systems are fully functional before they are disturbed. 8-03.2 Materials (April 12, 2018 CFW GSP) Section 8-03.2 is supplemented with the following: The materials for the irrigation system, where applicable, shall conform with the following manufacturers in order to be compatible with other systems located throughout the City. Rainbird 1804 sprinkler bodies and MPR spray nozzles Rainbird PEB Automatic Control Valve CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -121 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Rainbird ESPLXBASIC Controller and Cabinet Buckner Quick Coupling Valve Febco 850 Double Check Valve Legend Bronze Valve Superior 3100 Master Control Valve 8-03.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-03.3 is supplemented with the following: All work shall be in strict conformance with the Lakehaven Utility District Water System and Sewer Standards, together with the plans, details and manufacturer's written information regarding recommended installation procedures. References to the use of galvanized pipe in the Standard Specifications and Amendments shall be replaced with Schedule 80 PVC or other Engineer accepted pipe material. Private sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to remove the encroachment and to ensure satisfactory operation of the remaining system. The Contractor shall ensure that existing private systems remain in operation during the construction of this project. The Contractor shall furnish temporary water to disconnected existing irrigation systems. Private irrigation systems that have been damaged during construction activities shall be repaired within 5 working days. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and connections, and testing of the system. Payment will be by Force Account for Property Restoration. 8-03.3(1) Layout of Irrigation System (April 12, 2018 CFW GSP) Section 8-03.3(1) is supplemented with the following: A Contractor -designed plan of the proposed irrigation system shall be submitted to the City for approval prior to completing the work. 8-03.3(7) Flushing and Testing (April 12, 2018 CFW GSP) Section 8-03.3(7) is supplemented with the following: The Contractor shall pretest and prove functional then advise the Engineer at least 48 hours before pressure and coverage tests are to be conducted and shall have the approval of the Engineer before backfilling. Mainlines shall be tested at 140 PSI and PVC lateral lines at 50 PSI. Before the sprinkler system will be accepted, the Contractor, in the presence of the Engineer, shall perform a sprinkler head water coverage test to determine if the water coverage and operation of the system is complete and satisfactory. If any part of the system is inadequate it shall be repaired or replaced at the Contractor's expense and the test repeated until accepted. All backfilled trenches shall be repaired by the Contractor at his expense, including restoration of plant materials. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -122 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 8-03.4 Measurement (April 12, 2018 CFW GSP) Section 8-03.4 is supplemented with the following: "Automatic Irrigation System, Complete" will be measured by lump sum for the design and installation of the new irrigation system within the City's right-of-way outlined in the contract documents, complete, tested, and in full operating condition. 8-03.5 Payment (April 12, 2018 CFW GSP) Section 8-03.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Automatic Irrigation System Complete", per lump sum. The lump sum price shall be full compensation for furnishing all labor, materials, tools, electrical services connection costs, and equipment necessary or incidental to the construction of the complete and operable sprinkler irrigation system shown in the Plans or as directed by the Engineer. Sleeving for the irrigation system underneath paved areas is included in this bid item. All costs for furnishing and installing controller, pads, enclosures, conduit, wiring, irrigation controller, all control wiring, backflow preventer, vault enclosures, valves, piping, and all other required components for a fully functional system where indicated and as detailed in the Plans and all costs of inspections and tests performed on Cross Connection Control shall be considered incidental to and included in the unit contract price for Automatic Irrigation System. All costs for design of the irrigation system are included in the lump sum price for the irrigation system. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-04.3 is supplemented with the following: The sub -base for curb and gutter sections shall be compacted to 95 percent density at or below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the curb and gutter. White -pigmented curing compounds will not be allowed. The top of the finished concrete shall not deviate more than one-eighth (1/8") in ten feet (10') or the alignment one-fourth (1/4") in ten feet (10'). Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown in the City Standard Plan Details. Where shown on the plans, the Contractor shall paint the curbs with 2 -coats of yellow paint. Paint and application shall conform to the Standard Specifications for traffic paint striping. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -123 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 8-04.4 Measurement (April 12, 2018 CFW GSP) Section 8-04.4 is supplemented with the following: Painting of curbs, where required, will not be measured and is considered incidental to the unit price of the type of curb. 8-09 RAISED PAVEMENT MARKERS 8-09.1 Description (December 12, 2012 CFW GSP) Section 8-09.1 is supplemented with the following: RPM's shall be installed per City of Federal Way Standard Details. 8-09.2 Materials (December 12, 2012 CFW GSP) Section 8-09.2 is supplemented with the following: RPM's shall not be ceramic. 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.2 Materials (January 2, 2018 WSDOT GSP OPTION 1) Section 8-12.2 is supplemented with the following: Coated Chain Link Fence Chain link fence fabric shall be hot -dip galvanized with a minimum of 0.8 ounce per square foot of surface area. Fencing materials shall be coated with an ultraviolet -insensitive plastic or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The color shall match SAE AMS Standard 595 color number 37038 (black), or be as approved by the Engineer. Samples of the coated fencing materials shall be approved by the Engineer prior to installation on the project. The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum of 14 ounces each of paint of the color specified above. The touch-up paint shall be compatible with the coating system used. (September 17, 2019 CFW GSP) Section 8-12.2 is supplemented with the following: Chain link fencing installed with the project shall include a top rail. 8-12.5 Payment (April 12, 2018 CFW GSP) Section 8-12.5 is supplemented with the following: "Black Vinyl Coated Chain Link Fence", per linear foot. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -124 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 The unit Contract price per linear foot for "Black Vinyl Coated Chain Link Fence" shall be full payment for all costs for the specified Work including brace post installation; end, corner, and pull posts; top rail and bottom rail; and all other requirements of Section 8-12 for Chain Link Fence, unless covered in a separate Bid Item in this section. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3 Construction Requirements (April 3, 2017 WSDOT GSP, OPTION 1) Section 8-14.3 is supplemented with the following The Contractor shall request a pre -meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces 8. Contractor ADA survey and ADA Feature as -built requirements 9. Cold Weather Protection (January 7, 2019 WSDOT GSP, OPTION 2) Section 8-14.3 is supplemented with the following: Timing Restrictions Curb ramps shall be constructed on one leg of the intersection at a time. The curb ramps shall be completed and open to traffic within five calendar days before construction can begin on another leg of the intersection unless otherwise allowed by the Engineer. Unless otherwise allowed by the Engineer, the five calendar day time restriction begins when an existing curb ramp for the quadrant or traffic island/median is closed to pedestrian use and ends when the quadrant or traffic island/median is fully functional and open for pedestrian access. (January 7, 2019 WSDOT GSP, OPTION 3) Section 8-14.3 is supplemented with the following: Layout and Conformance to Grades CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -125 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Using the information provided in the Contract documents, the Contractor shall layout, grade, and form each new curb ramp, sidewalk, and curb and gutter. (April 12, 2018 CFW GSP) Section 8-14.3 is supplemented with the following: Cement concrete sidewalk thickness shall be as shown on the Plans. Score joints shall be constructed at a maximum distance of 5 feet from each full depth expansion joint, except where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers in the sidewalk shall be 3/8" x 4" and of the same material as that used in the curb, and shall be placed in the same location as that in the curb. No concrete for sidewalk shall be poured against dry forms or dry subgrade The Contractor may provide suitable vibrating finishers for use in finishing concrete sidewalks. The type of vibrator and its method of use shall be subject to the approval of the City. All completed work shall be so barricaded as to prevent damage. Any damaged sections shall be removed and replaced at the Contractor's expense. Landscaped areas disturbed during construction shall be restored to original condition at the Contractor's expense. Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on the Plans. 8-14.5 Payment (April 12, 2018 CFW GSP) Section 8-14.5 is supplemented with the following: Payment for "Cement Conc. Curb Ramp Type " will not be made until the City has verified that the ramp(s) meet ADA requirements. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description 8-20.1(1) Regulations and Code (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: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -126 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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). (September 3, 2019 WSDOT GSP, OPTION 1) Slip -Resistant Surfacing for Junction Boxes, Cable Vaults, and Pull Boxes Where slip -resistant junction boxes, cable vaults, or pull boxes are required, each box or vault shall have slip -resistant surfacing material applied to the steel lid and frame of the box or vault. Where the exposed portion of the frame is 1/2 inch wide or less, slip resistant surfacing material may be omitted from that portion of the frame. Slip -resistant surfacing material shall be identified with a permanent marking on the underside of each box or vault lid where it is applied. The permanent marking shall be formed with a mild steel weld bead, with a line thickness of at least 1/8 inch. The marking shall include a two character identification code for the type of material used and the year of manufacture or application. The following materials are approved for application as slip -resistant material, and shall use the associated identification codes: 1) Harsco Industrial IKG, Mebac #1 — Steel: M1 2) W.S. Molnar Co., SlipNOT Grade 3 — Coarse: S3 3) Thermion, SafTrax TH604 Grade #1 — Coarse: T1 8-20.20) 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. (March 13, 1995 WSDOT GSP, OPTION 1) Section 8-20.2(1) is supplemented with the following: Pole base to light source distances (1-11) for lighting standards with pre -approved plans shall be as noted in the Plans. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -127 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Pole base to light source distances (1-11) for lighting standards without pre - approved plans will be furnished by the Engineer as part of the final approved shop drawings, prior to fabrication. (March 13, 1995 WSDOT GSP, OPTION 3) Section 8-20.2(1) is supplemented with the following: If traffic signal standards, strain pole standards, or combination traffic signal and lighting standards are required, final verified dimensions including pole base to signal mast arm connection point, pole base to light source distances (1-11), mast arm length, offset distances to mast arm mounted appurtenances, and orientations of pole mounted appurtenances will be furnished by the Engineer as part of the final approved shop drawings prior to fabrication. 8-20.3 Construction Requirements 8-20.30) General (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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -128 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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. (January 26, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Signal System Changeover The Contractor shall provide a detailed work plan for the signal system changeover to be approved by the Engineer. They shall not deviate from the work plan without prior written approval from the Engineer. The work plan shall show the exact date of the signal system changeover. The changeover of the signal equipment shall commence after 8:30 AM and be completed by 3:00 PM on the same day (unless as noted below). Changeovers must take place on Tuesday, Wednesay, or Thursday, unless otherwise approvd by the Engineer. During changeover, traffic control shall be provided. The exact work plan and schedule for changeover shall be pre -approved by the Engineer. Certain intersections may require a night-time changeover due to traffic volumes. If the City determines a night-time switchover is required, they will provide direction as to the allowable hours of work. No additional payment will be made to the Contractor for a night-time switchover. (January 26, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Signal Display Installation Signal displays shall be installed no more than 30 days prior to scheduled signal turn on or changeover. Signal displays and reflectorized backplates when installed prior to signal turn -on or changeover shall be covered and not visible to vehicular traffic at any time. (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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -129 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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. 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -130 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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. 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 12, 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -131 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: 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 11 and Type III traffic signal poles shall conform to details on the Signal Standard Sheet in the Plans. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -132 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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. 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: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -133 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 PSE — Puget Sound Energy QWEST — Qwest COMCAST(AT&T)/C — Cable COMCAST(AT&T)/F — Fiber SIC — City Signal Interconnect City Spare — City spares Cobra — COBRA luminaire system 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)B 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: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -134 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 a) Protection of traffic and pedestrians. b) The dimension of the pit. c) Shoring, bracing, struts, walers or sheet piles. d) Type of casing. 2) The proposed method of boring, including: a) The boring system. b) The support system. c) The support system under and at the bottom of the pit. The shoring and boring pit plan shall be prepared by and bear the seal and signature of a Washington State licensed Professional Civil Engineer. Installed casing pipe shall be free from grease, dirt, rust, moisture and any other deleterious contaminants. Commercial concrete meeting the requirements of Section 6-02.3(2)B may be used to seal the casing. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes (September 17, 2019 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. 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 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -135 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -136 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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. (May 1, 2006 WSDOT NWR, OPTION 3) Section 8-20.3(8) is supplemented with the following: Illumination Circuit Splices Temporary splices shall be the heat shrink type. (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: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -137 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 11 th and 12th paragraphs of this section Field Wiring Chart (IMSA Standards) _Orange (B+) .................. 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 589 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 Preemption ........................................................................................_.................._.................._.................._.................._.................._.................._.................._.................._................... Blue (BB) 583 586 589 592 ..................................................................................................................._.................._.................._.................._.................._.................._.................._.................._.................._.................._................... Red 611 621 631 641 651 661 671 681 691 601 ........................................................................................_.................._.................._.................._.................._.................._.................._.................._.................._................... 9 e 622 632 6.4.2 652 682...._... 692 602 Vehicle _Oran ...........................................612 Green ...._......._......._...662...._...672...._... 613 623 633 643 653 663 673 683 ...._........ 693 603 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 ........................................................................................_.................._.................._.................._.................._.................._.................._.................._.................._................... White (Common Pedestrian 716 726 736 746 756 766 776 786 796 706 for Lights) Heads and Orange PPB 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) ..................................................................................................................._.................._.................._.................._.................._.................._.................._.................._.................._.................._................... 811. 821 831 841 851 861 871 881 891 801 ..Loop ........................... Loop.. ............._.................._.................._.................._.................._.................._.................._.................._................... ................................................................ Loop 2 813 _.................. 823 _.................. 833 _.................. 843 _.................. _ 853 .................. _ 863 .................. 873 _.................. 883 _.................. 893 _...802..... 803 Vehicle ........................................................................................_.................._.................._.................._.................._.................._.................._.................._.................._................... Loop 2 814 824 834 844 854 864 874 884 894 804 Detectors ........................................................................................_.................._.................._.................._.................._.................._.................._.................._.................._................... Loop 3 815 825 835 845 855 865 875 885 895 805 ........................................................................................_.................._.................._.................._.................._.................._.................._.................._.................._................... Loop 3 816 826 836 846 856 866 876 886 896 806 ........................................................................................_.................._.................._.................._.................._.................._.................._.................._.................._................... ..Loop ............................................................. Loo.P_4 _.................. _.................. _.................. _.................. _ .................. _ .................. _.................. _.................. _...807..... ........................................._...818...._...828...._...838...._...848...._...858...._...868...._...878...._...888...._...898...._...808..... Loop 1 911 921 931 941 951 961 971 981 991 901 ........................................................................................_.................._.................._.................._.................._.................._.................._.................._.................._................... Loop 1 912 922 932 942 952 962 972 982 992 902 Vehicle ........................................................................................_.................._.................._.................._.................._.................._.................._.................._.................._................... Loop 2 ........................................................................................_.................._.................._.................._.................._.................._.................._.................._.................._................... 913 923 933 943 953 963 973 983 993 903 Detectors/ Loop 2 914 924 934 944 954 964 974 984 994 904 Count ........................................................................................_.................._.................._.................._.................._.................._.................._.................._.................._................... Loop 3 915 925 935 945 955 965 975 985 995 905 Loops ............. Loop 3 ..................._.................._.................._.................._.................._.................._.................._.................._.................._................... 916 926 936 946 956 966 976 986 996 906 ........................................................................................_.................._.................._.................._.................._.................._.................._.................._.................._................... Loop 4 917 927 937 947 957 967 977 987 997 907 ........................................................................................_.................._.................._.................._.................._.................._.................._.................._.................._................... Loop 4 918 928 938 948 958 968 978 988 998 908 8-20.3(8)A Copper Interconnect Cable Installation (June 6, 2012 CFW GSP) CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SPA 38 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Section 8-20.3(8)A is a new section: Copper interconnect cable shall be 12 pair No. 19 AWG communications cable meeting IMSA Specification No. 40-20-1984. A 12 position terminal block shall be mounted on a panel on the rack on the interior side of the controller cabinet. Interconnect cables shall not be spliced or terminated except inside the traffic signal controller cabinet at terminal panel locations. Termination of copper interconnect cable shall be performed by a King County Signal technician. The contractor shall notify King County when cable is ready for terminations with a minimum of two working day's notice. 8-20.3(8)C Video. Voice, and Data Distribution and Transmission Svstem (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(8)C2 Warranty The Data Distribution and Transmission Systems and components shall be provided with a one-year, on-site parts and labor warranty from the date that the system successfully completed testing. This quality assurance shall cover each piece of equipment and shall be provided by the manufacturer or agent of said equipment. 8-20.3(9) Bonding, Grounding (August 21, 2006 WSDOT NWR) Section 8-20.3(9) is supplemented with the following: 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -139 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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, 3/4 -inch in diameter by 10 -feet long, connections shall be made with termite welds. At points where wiring shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. (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. 8-20.300) 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. 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -140 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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. 8-20.3(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. 8-20.303)A Light Standards (January 11, 2019 CFW GSP) The 8th paragraph of this section is deleted and replaced with the following: All new and relocated metal light standards shall be numbered per City of Federal Way Development Standard Drawing number 3-39B. Section 8-20.3(13)A is supplemented with the following: Each roadway luminaire shall be installed with a CIMCON control node on each individual luminaire fixture. 8-20.3(13)B Vacant (January 11, 2019 CFW GSP) Section 8-20.3(13)B is deleted and replaced with the following: 8-20.3(13)B Decorative Light Standards All new decorative luminaire installations shall be light -emitting diode (LED). Decorative light standards shall be per City of Federal Way Development Standard Drawing number 3-43. Standards shall be manufactured by Phillips Lumec or approved equal. Phillips Lumec order shall include: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -141 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 1. Philips Lumec luminaire fixture product number: CAND1-40W42LED4K- R-PC-C-RLE3-240-GN8TX-LMS12511Z; including luminaire housing and driver modules, optical and electrical components, wiring and hardware. 2. Philips Lumec pole product number: SM6N-19-FS2-PSS16-10 1/2-DEC- GN8TX-LMS12511Z-LAB; including pole, banner arm access door, plant support, decorative cover, ballast module, ballast tray, weld cover and base cover. 3. Philips Lumec pole bracket product number: CN1-1A-90deg-BA-DRI- PH7/240-GN8TX-LMS12511Z; including lighting bracket, and GFI receptacle. 4. Replacement Pole Cap with Bracket: RETRO-137203-90-CN1-1A- [DECOCAP-007]-GN8TXLMS12511 U. 5. Wiring Harness: RETRO -162776 -60 -[Wiring -001] All standards shall: 1. Be installed with breakaway bolts per the standard plans included in these Specifications. 2. Be of the color GN8-TX, textured dark green and shall have powder coating. 3. Have 120V built in duplex receptacle installed at the top of the pole. 4. Have a handhole for access to the tray -mounted ballasts. 5. Include an Anchor Plate with 11-1/2" bolt circle diameter. CIMCON Control Units shall include: 1. CIMCON Node Module: iSLC-3300-240-A-10-.5 8-20.3(14) Signal Systems (August 10, 2009 WSDOT NWR — OPTION 1) Section 8-20.3(14) is supplemented with the following: Temporary Video Detection System Temporary video detection systems shall be completely installed and made operational prior to any associated induction loop being disabled. 8-20.304)A Signal Controllers (December 18, 2009 CFW GSP) Section 8-20.3(14) is supplemented with the following: The new signal controller and cabinet shall conform to all of the sections and requirements within and under the Sections and Sub Sections of 9-29.13 Traffic Signal Controllers within the Standard Specifications and these Special Provisions. Signal controller and cabinet shall be tested by King County at their shop located at 155 Monroe Avenue NE in Renton, Washington. The contractor shall deliver the controller and cabinet to the shop and shall pick up the units at the end of the test period, deliver to the job site, and install. 8-20.3(14)B Signal Heads (March 13, 2012 CFW GSP) The first paragraph is deleted and replaced with the following: If the Engineer orders advance installation, the signal heads shall be covered to clearly indicate the signal is not in operation. The signal head covering material CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -142 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 shall be of sufficient size to entirely cover the display. The covering shall extend over all edges of the signal housing and shall be securely fastened at the back. Signal heads shall be installed with back plates. A two (2) inch wide strip of Type IX yellow retro reflective sheeting shall be applied to the outside border of the back plates in accordance with the manufacturer's recommendations. The application surface of the back plate shall be cleaned, degreased Section 8-20.3(14)B is supplemented with the following: Alignment of vehicular and pedestrian signal heads shall be approved by the Engineer prior to system turn -on. All new vehicular and pedestrian signal heads shall be covered (sacked) completely including backplates with a 6 mil black polyethylene sheeting until placed into initial operation. The fitted covers shall use adjustable straps. The fitted covers shall have a one -inch hole for each signal display to flash out indications. The type of mounting hardware specified for the mast arm mounted vehicle signals may require modification at the time of installation to accommodate as built conditions. After the pole assembly has been installed and leveled, the Contractor shall measure the distance between each mounting point on the arm and the roadway. A type of mounting bracket different from that specified on the Plans shall be provided and installed by the Contractor if necessary to achieve the following criteria: 1. Red indications shall be in as straight a line as possible. 2. The bottom of the housing shall be between 16.5 feet and 19.0 feet above the pavement. 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 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: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -143 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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: 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -144 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 =126 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)E Signal Standards (December 18, 2009 CFW GSP) Section 8-20.3(14)E is supplemented with the following: Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre -approved plans, or special design plans. After delivering the poles or arms to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. Terminal cabinet(s) shall be installed on all Type II and Type III signal poles or where designated on the wiring diagrams in the Plans in accordance with the material requirements of Section 9-29.25 of the Standard Specifications. Terminal cabinets shall be installed at a height not to impede pedestrians. 8-20.3(14)F Opticom Detectors (December 18, 2009 CFW GSP) Section 8-20.3(14)F is a new section: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -145 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Opticom detectors shall be installed in a drilled and tapped hole in the top of the mast arm unless otherwise shown in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. Lead-in cable back to the controller shall be 6TT detector 138 cable, or equivalent, and shall have no splices. All lead-in cables shall be connected to terminals in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the grounding bar. 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(17) "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 Equipment (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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -146 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 8-20.4 Measurement (April 12, 2018 CFW GSP) Section 8-20.4 is replaced with the following: "Signal Modifications, Complete" shall be measured per lump sum. "Illumination System, Complete", shall be measured per lump sum. 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: "Signal Modifications, Complete", per lump sum. "Illumination System, Complete", per lump sum. The lump sum price for "Signal Modification, 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 system including, but not limited to, conduit, junction boxes, service circuit breaker and connections, battery backup system, signal/service/battery backup system foundation(s), vehicular and pedestrian signal heads, pedestrian pushbuttons, emergency vehicle preemption, temporary and/or permanent vehicle detection system(s), connections with existing conduit and junction boxes, mast arm mounted traffic signs, restoring facilities destroyed or damaged during construction, removing and salvaging existing signal equipment, the installation of a temporary signal system as needed, relocation of temporary signal equipment (vehicle heads, pre-emption, pedestrian heads, pedestrian push buttons, video detection) 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. The lump sum bid price shall include all costs associated with the construction of the cement concrete pad and pedestal for the controller and service cabinets as well as for the cement concrete pads around signal poles. All costs for installing signing on signal mast arms or temporary signal installations shall be incidental to the bid item(s) in this section and no additional compensation will be made. Luminaires and luminaire arms positioned on signal poles will be considered a part of the traffic signal system lump sum measurement. 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 heads to their final position as shown on the Contract Documents, and shall be considered incidental to the lump sum measurement. Relocation of the electronic speed sign and relocation of the flashing school zone sign as shown on the plans are incidental to this bid item. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -147 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 The lump sum price for "Illumination System, Complete" shall be full pay for furnishing all labor, equipment, materials and supplies necessary to complete the work as specified. The lump sum price shall include all costs associated with connecting the illumination system to the service cabinet and for making modifications to the existing systems as noted. All items and labor necessary to supply, install, and test the conduit, junction boxes, service circuit breaker and connections, the photocell, electrical service and service cabinet electrical connections, connections with existing conduit and junction boxes, restoring facilities destroyed or damaged during construction, salvaging existing materials, and all other components necessary to make a complete system shall be included within 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, 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. All costs for installing junction boxes and conduit containing traffic signal system, illumination system, decorative illumination system, festival outlet 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. SECTION 8-21 PERMANENT SIGNING 8-21.1 Description (March 13, 2012 CFW GSP) Section 8-21.1 is deleted and replaced with the following: This work shall consist of furnishing and installing permanent signing, sign removal, sign relocation, and the project sign installation and removal, in accordance with the Plans, these Specifications, the Standard Plans, MUTCD, and the City of Federal Way Standard Details at the locations shown in the Plans or where designated by the Engineer. Signs to be removed as shown on the Plans, shall be returned to the Owner. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -148 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Colors of all permanent signs shall be submitted to the City for approval prior to installation in the field. Installed signs that do not have color approved by the City may be required to be removed and replaced in an acceptable color at the Contractor's expense. 8-21.3 Construction Requirements 8-21.3(2) Placement of Signs (December 18, 2009 CFW GSP) Section 8-21.3(2) is supplemented with the following: The City of Federal Way, 253-835-2744, shall be contacted within 2 working days of completion of the permanent signing installation to inspect, inventory, and log all new and relocated signs. Other Signs: Refer to the currently adopted version of the Manual on Uniform Traffic Control Devices (MUTCD) with Washington State Supplements. 8-21.3(5) Sign Relocation (December 18, 2009 CFW GSP) Section 8-21.3(5) is supplemented with the following: King County METRO and/or Pierce Transit personnel will remove and reinstall all existing bus stop signs and supports within the project limits. The Contractor shall contact King County METRO at (206)684-2732 or Pierce Transit at (253)581-8130 to coordinate sign work 2 weeks prior to the required sign removal or installation. A copy of the record of communication shall be forwarded to the City of Federal Way. 8-21.4 Measurement (April 12, 2018 CFW GSP) Section 8-21.4 is deleted and replaced with the following: "Permanent signing" is measured on a lump sum basis 8-21.5 Payment (April 12, 2018 CFW GSP) Section 8-21.5 is deleted and replaced with the following: The lump sum price for "Permanent Signing" shall include all labor, materials, tools, and equipment necessary to furnish and install permanent signing, sign removal, and sign relocation. Sign covering shall be incidental and shall not be measured. All costs for furnishing and installing signs on traffic signal mast arms poles shall be included in the lump sum price for "Signal Modifications, Complete". SECTION 8-22 PAVEMENT MARKING 8-22.1 Description (December 18, 2009 CFW GSP) Section 8-22.1 is supplemented with the following: Pavement markings shall conform to City of Federal Way Standard Details. Profiled and plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20- 01. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -149 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 8-22.2 Materials (October 23, 2014 CFW GSP) Section 8-22.2 Sentence #3 is deleted and replaced with the following: Glass beads for Type A plastic shall be as recommended by the manufacturer. Section 8-22.2 is supplemented with the following: Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9-34.4. 8-22.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-22.3 is supplemented with the following: Temporary Pavement Marking Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or roadways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of temporary pavement markings. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. The Contractor shall install and remove approved 4 -inch -wide reflective traffic tape, paint line, RPMs and pavement markings per City of Federal Way Standard Details Dwg 3-17, Dwy 3-18, and Dwg 3-19, as shown on the Plans, specified in the Special Provisions for this Contract, or as directed by the Engineer. Appropriately colored 4 -inch -wide reflective traffic tape shall be installed with a skip pattern based on a 10 -foot unit consisting of a 1 -foot line of tape and a 9 -foot gap, unless otherwise specified on the Plans or in the Special Provisions. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. Paint lines shall be provided for temporary pavement marking conditions not applicable for reflective tape. All costs in connection with the use of (placement and removal) reflective traffic tape as temporary pavement markings shall be incidental to other bid items. All costs for paint lines and reflective pavement markers used for temporary traffic control will be paid under those respective bid items. 8-22.3(3) Marking Application 8-22.3(3)E Installation (April 12, 2018 CFW GSP) Section 8-22.3(3)E is supplemented with the following: Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20-01. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -150 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 8-22.3(3)G Glass Beads (March 13, 2012, CFW GSP) Section 8-22.3(3)G is supplemented with the following: Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded core elements shall be applied to Type D markings at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. 8-22.3(6) Removal of Pavement Markings (April 12, 2018 CFW GSP) Section 8-22.3(6) is supplemented with the following: As indicated on the plans, the Contractor shall remove existing pavement markings that may consist of paint, plastic and raised pavement markings. 8-22.4 Measurement (December 13, 2012 CFW GSP) Section 8-22.4 is supplemented with the following: Measurement for the removal of all pavement markings will be per lump sum. 8-22.5 Payment (April 12, 2018 CFW GSP) Section 8-22.5 is modified as follows: The following is a new bid item: "Removing Pavement Markings", per lump sum. 8-30 POTHOLING AND RESOLUTION OF UTILITY CONFLICTS (April 12, 2018 CFW GSP) Section 8-30 and it's subsections are new sections as follows: 8-30.1 Description (April 12, 2018 CFW GSP) Section 8-30.1 is a new section: This work involves the identification and resolution of utility conflicts not identified in the plans between proposed improvements and existing utilities. The City will pay these costs by force account if the work proves to be acceptable and the Contractor had performed the work with the authority of and due notice to the Engineer. 8-30.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-30.3 is a new section: The City may direct the Contractor to pothole existing utilities to verify the field location and depth. Potholing shall include excavation and backfilling of the existing utility, identification of the pipe or line size, material type and condition and the survey work to locate the facility horizontally and vertically. Survey information to be obtained shall include station and offset to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with CSTC compacted to 95%, or with CDF, as directed by the Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the surrounding pavement. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -151 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: Standby time resulting from existing utility conflicts. Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: a. For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and/or reassign his work forces and equipment to other areas of work to minimize standby time. b. If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: a. Storm drainage manhole, pipe, vault, and conduit realignments of line and/or grade for the storm drain and undergrounding of overhead utilities, to avoid existing utility conflicts. b. Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and/or grade, not exceeding the limits set in section 1- 04.4 of the Standard Specifications. 8-30.4 Measurement (April 12, 2018 CFW GSP) Section 8-30.4 is a new section: "Potholing", will be measured for force account per Section 1-09.6. "Resolution of Utility Conflicts" will be measured for force account per Section 1-09.6. 8-30.5 Payment (April 12, 2018 CFW GSP) Section 8-30.5 is a new section: "Potholing", will be paid by force account. "Resolution of Utility Conflicts", will be paid by force account To provide a common proposal for all bidders, the City has estimated the amount for "Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal to become a part of the total bid by the Contractor. Utility conflicts due to the Contractor's actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. END OF DIVISION 8 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -152 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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. 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -153 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 9-05 DRAINAGE STRUCTURES AND CULVERTS 9-05.15 Metal Castings 9-05.15(4) Heavy Duty Hinged Style Ductile Iron Frame and Cover (April 12, 2018 CFW GSP) Section 9-05.15(4) is a new section: Heavy -Duty Hinged Style Frame & Cover shall be ERGO Assembly: Product Number 00104040L01, Manufactured by EJ Group, Inc., 301 Spring Street, PO Box 439, East Jordan, MI 49727, (800)626-4653, www.ejco.com 9-05.15(5) High Impact Multi -Purpose Rubber Composite Adjustment Risers (April 12, 2018 CFW GSP) Section 9-05.15(5) is a new section: High Impact Adjustment Riser shall be Infra -Riser Multi -Purpose Rubber Composite Adjustment Riser, EJ Group, Inc., 301 Spring Street, PO Box 439, East Jordan, MI, 49727, (800)626-4653, www.ejco.com 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1 Topsoil 9-14.1(1) Topsoil Type 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 9-14.2 Seed (April 12, 2018 CFW GSP) Section 9-14.2 is supplemented with the following: The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the Engineer with a dealer's guaranteed statement of the composition, mixture, and the percentage of purity and germination of each variety. Seed shall be applied at manufacturer's recommended rate. Hydroseed shall be composed of the following varieties mixed in the proportions indicated, or approved equal: SEEDED LAWN MIXTURE CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -154 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 NAME BY WEIG HT % PURI TY % GERMINATI ON Tall Fescue / Festuca arundinacea 40% 98% 90% Creeping Red Fescue / Festuca rubra 25% 98% 90% Highland Colonial Bentgrass /Agrostis 5% 98% 90% capillaris var. `Highland' Perennial Rye / Lolimum perenne 30% 95% 90% (blend of two: `Fiesta II', `Prelude II', `Commander' 9-14.3 Fertilizer (April 12, 2018 CFW GSP) Section 9-14.3 is supplemented with the following: Fertilizer for trees shall be biodegradable fertilizer packets, 20-10-5. Apply per manufacturer's recommendations. 9-14.4 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 Plant Materials 9-14.6(2) Quality (April 12, 2018 CFW GSP) Section 9-14.6(2) is supplemented with the following: Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. Potted and container stock shall be well rooted and vigorous enough to ensure survival and healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its delivery container for not less than six (6) months, but not for more than two (2) years. Root bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -155 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Trees will be provided with untapped, straight, single leaders, except for multiple stem (clump) trees. Trees shall have full crowns and balanced branching. Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the Code of Standards of the American Associate of Nurserymen in the American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements shall be taken with all branches in their normal growing position. Plants shall not be pruned prior to delivery to site. 9-14.6(3) Handling and Shipping (April 12, 2018 CFW GSP) Section 9-14.6(3) is supplemented with the following: All plant material shall be transported to planting locations with care to prevent damage. Tie back branches as necessary, and protect bark from chafing with burlap bags. Do not drag plant materials along ground without proper protection of roots and branches. Protect rootballs from environmental or mechanical damage and water as necessary to keep roots moist. Do not store plants for more than one week. 9-14.6(4) Tagging (April 12, 2018 CFW GSP) Section 9-14.6(4) is supplemented with the following: All plant material shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior to final acceptance. 9-14.6(5) Inspection (April 12, 2018 CFW GSP) Section 9-14.6(5) is supplemented with the following: The Contracting Agency shall reserve the option of selecting and inspecting plant material at the nursery. The contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. 9-14.6(7) Temporary Storage (April 12, 2018 CFW GSP) Section 9-14.6(7) is supplemented with the following: Cold storage of plants shall not be permitted. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water plant material as necessary until planted. Plants shall not be stored for more than one week. Longer storage period at project site will result in rejection of plant materials by the Contracting Agency. 9-14.7 Stakes, Guys, and Wrapping (April 12, 2018 CFW GSP) CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -156 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Section 9-14.7 is supplemented with the following: Stakes shall be BVC round tree stakes with Chainlock guying or Engineer accepted product. No wrapping required. 9-14.8 Root Barrier (April 12, 2018 CFW GSP) Add the following new section: Root Barrier shall be 18 -inch high, minimum thickness 0.090 -inch, interlocking root barrier panels constructed of high -impact polypropylene with 1/2 -inch reinforcing ribs. 9-15 IRRIGATION SYSTEM 9-15.1 Pipe, Tubing And Fittings (April 12, 2018 CFW GSP) Section 9-15.1 is supplements with the following: All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All pipe for the main, laterals, and sleeving shall be Sch 40 PVC. 9-15.5 Valve Boxes and Protective Sleeves (April 12, 2018 CFW GSP) Section 9-15.5 is supplemented with the following: Valve boxes for control valves shall be grey flared box, HDPE construction with UV inhibitors, heavy duty seat collar, drop in locking, 17'L x 24" D x 12" W with green HDPE drop in locking lid. Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer concrete, top dimensions 25"L x 15-16"W and 24" D designed to withstand H-10 and H- 20 loading in incidental and non -deliberate traffic areas. Valve box must be compliant with AASHTO H-10 Design Load; ASTM C 857-95 Design Load of A-8, 8,000lbs. Box shall be alkaline, acid and weather resistant, with flush locking polymer concrete cover. Verify size to fit Double Check Valve Assembly. Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter flared box with bolt down cover. 9-15.6 Gate Valves (April 12, 2018 CFW GSP) Section 9-15.6 is supplemented with the following: Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel, suitable for residential or commercial potable water applications, with screwed bonnet, non -rising stern, solid wedge disc and integral seats. 9-15.7 Control Valves 9-15.7(1) Manual Control Valves (April 12, 2018 CFW GSP) Section 9-15.7(1) is supplemented with the following: Shut off valves upstream of automatic control valves shall be a heavy duty cast brass body gate valve with heavy cast iron handwheel, suitable for residential or commercial potable water applications, with screwed bonnet, non -rising stem, solid wedge disc and integral seats, size to fit line. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -157 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 9-15.13 Pressure Regulating Valves (April 12, 2018 CFW GSP) Section 9-15.13 is supplemented with the following: Pressure regulating valve shall be designed to reduce incoming water pressure from up to 400psi to a range of 25-75psi. Valve shall be all bronze body construction, with thermal expansion bypass, serviceable in line, with internal stainless steel strainer. SECTION 9-21 RAISED PAVEMENT MARKERS (RPMI 9-21.2(1) Physical Properties (March 13, 2012 CFW GSP) Section 9-21.2(1) is supplemented with the following: Type 2 raised pavement markers shall NOT be ceramic. SECTION 9-28 SIGNING MATERIALS AND FABRICATION 9-28.1 General (January 8, 2013 CFW GSP) Paragraph three is deleted and replaced with the following: All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation, parking prohibition signing and signs of fluorescent yellow color shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a retro reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign sheeting shall meet this specification. The reflectivity standard of supplemental plaques shall match that of the primary sign. All overhead signing, all regulatory (R series) of fluorescent yellow color and all school (S series) of florescent yellow color shall meet the specifications of Type IX Micro Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms and all regulatory (R series) and school (S series) signs of fluorescent yellow color. The reflectivity standard of supplemental plaques shall match that of the primary sign. Motorist information and parking signing shall be constructed with Type I Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. The reflectivity standard of supplemental plaques shall match that of the primary sign. 9-28.2 Manufacturer's Identification and Date (October 23, 2014 CFW GSP) Section 9-28.2 is deleted and replaced with the following: All signs shall show the manufacturer's name and date of manufacture on the back. 9-28.8 Sheet Aluminum Signs (January 8, 2013 CFW GSP) Section 9-28.8 table is deleted and replaced with the following: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -158 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Maximum Dimension Blank Thickness Less than 30 inches 0.080 inches Greater than 30 inches, less than 48 inches 0.100 inches Greater than 48 inches 0.125 inches Section 9-28.8 is supplemented with the following: All permanent signs shall be constructed from aluminum sign blanks unless otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on maximum dimensions, shall be as follows: All D-3 street -name signs shall be constructed with 0.100 -inch -thick blanks. The Contractor shall install permanent signs which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. 9-28.9 Fiberglass Reinforced Plastic Signs (December 18, 2009 CFW GSP) Section 9-28.9 is deleted in its entirety. 9-28.14 Sign Support Structures (December 18, 2009 CFW GSP) Section 9-28.14 is supplemented with the following: Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. 9-28.14(1) Timber Sign Posts (December 18, 2009 CFW GSP) Section 9-28.14(1) is supplemented with the following: All ground -mounted sign posts shall use pressure treated hem -fir wood posts unless approved otherwise by the Engineer. All wood posts shall be buried a minimum of 30 inches below the finished ground line. Post backfill shall be compacted at several levels to minimize settling. All posts shall be two-way plumb. 9-28.14(2) Steel Structures and Posts (December 18, 2009 CFW GSP) Section 9-28.14(2) is supplemented with the following: Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. Approved Manufacturers for Steel Sign Supports The Standard Plans lists several steel sign support types. These supports are patented devices and many are sole -source. All of the sign support types listed below are acceptable when shown in the plans. Steel Sign Support Type Manufacturer Type TP -A & TP -B Transpo Industries, Inc. Type PL, PL -T & PL -U Northwest Pipe Co. Type AS Transpo Industries, Inc. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -159 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Type AP Type ST 1, ST 2, ST 3, & ST 4 Type SB -1, SB -2, & SB -3 SECTION 9-29 ILLUMINATION, SIGNAL, ELECTRICAL Transpo Industries, Inc. Ultimate Highway Products, Allied Tube & Conduit, Inc., Northwest Pipe, Inc. Ultimate Highway Products, Xcessories Squared Development and Manufacturing Incorporated, Northwest Pipe, Inc. 9-29.1 Conduit, Innerduct, and Outerduct (June 5, 2000 WSDOT NWR) Section 9-29.1 is supplemented with the following: Conduit Coatings Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings are not allowed. Steel conduit entering concrete shall be wrapped in 2 -inch -wide pipe wrap tape with a minimum 1 -inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. (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) Riaid Metal Conduit. Galvanized Steel Outerduct, and Fittinas (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) Riaid Metal Conduit Fittinas and ADDurtenances (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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -160 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 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; "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. 9-29.2(2)A Standard Dutv Cable Vaults and 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: 4. Mebacl manufactured by IKG Industries. 5. SlipNOT Grade 3 -coarse manufactured by W.S. Molnar Company. 6. 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -161 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 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)11-11 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 6TT detector 138 cable or equivalent. 9-29.3(2)1 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. 9-29.5 Vacant (May 31, 2012 CFW GSP) Section 9-29.5 is deleted and replaced with the following new section: 9-29.5 School Zone Beacon & Rectanaular Rapid Flashina Beacon (RRFB Standards Pole Foundations: Shall be as indicated on the plans. Sign Poles, Bases, and Caps: Sign poles shall be 4" — 8 NPT following minimum requirements: Standard 4" Sch 40 .......... Tensile Strength, KSI ......... Yield Strength, KSI ............ Weight Per Foot ................. Standard Wall Thickness ... Outside Diameter ............... Schedule 40, galvanized steel meeting the ASTM A53 Grade B ERW ................. 60 .................. 35 ............ 10.79 Ib. ............... 0.237" ................ 4.5" Threading and deburring of the Pedestal Pole shall be in accordance with the basic dimensions of American National Standard Taper Pipe Threads, NPT (ANSI 131.2). The pole shall be pre -galvanized or galvanized after fabrication meeting the requirements below: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -162 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 1. Pre -Galvanized: Pipe shall have clean square saw cuts and free of burrs. After threading threads shall be sprayed with a rust -protective zinc -rich coating. Galvanizing shall be a minimum of 1.6 oz./ft.2. 2. Galvanized After Fabrication: Pipe shall have clean square saw cuts and free of burrs. Pole shall be hot dipped galvanized to comply with ASTM A-123 with a minimum of 1.6 oz./ft2 after fabrication. Threads shall be heated and brushed to remove excess zinc. 3. MILL CERTIFICATION: Mill test reports to be maintained and supplied on request. PACKAGING: Threaded end shall have protective cap to prevent thread damage. Cardboard sleeve shall cover the entire length of shaft to protect surface finish during storage and shipment. Pole caps shall be Dome Type, aluminum, fitting a 4 '/2 -inch OD pole, with a stainless steel set screw, sq hd, '/4"-20 X'/2 ". The pole base shall be square aluminum pedestal base with aluminum door meeting the following minimum requirements: 1. Square cast aluminum with natural finish, minimum weight of 21 lbs. with dimensions as shown in the Figure below. 2. Upper end shall be threaded to receive a 4" NPT pipe shaft. Base threads shall be tapped to allow full pole engagement w/o exposed threads on the pole. 3. Shall be of such design that it may be fastened to a foundation with four (4) 3/4" anchor bolts located 90 degrees apart on the bottom of the base. 4. There shall be slots in the bottom of the base 1'/2" wide and 2'/2" long measured along the circumference of the bolt circle, allowing a proper fit even if the bolts are placed slightly off center. 5. Shall accommodate bolt circles of a minimum of 12" through a maximum of 14'/2" and anchor bolts with a minimum of 5/8" through 1" diameter. 6. Shall be equipped with a removable aluminum door. Door opening shall be free of burrs and sharp edges and be no less than 8'/2" square. The door shall be attached to the base using one stainless steel socket button head screw to prevent unauthorized entry. 7. Shall be fabricated free of voids, pits, dents, molding sand and excessive foundry grinding marks. All design radii shall be smooth and intact. Exterior surface finish shall be smooth and cosmetically acceptable by being free of molding fins, cracks and other exterior blemishes. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -163 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 8. Shall be fabricated from new aluminum ingot. No scrap materials shall be used. Minimum requirements as follows: a. Aluminum Alloy ...........319 Elongation (% in 2") .........2 b. Tensile Strength, KSI ....... 27 Brinell Hardness .......... 70-100 c. Yield Strength,KSI ...........18 FRANGIBILITY: The base shall meet or exceed 1985 AASHTO breakaway requirements. Test reports from an FHWA approved independent laboratory shall be provided certifying that the base has been tested and meets all applicable requirements. In addition, a statement of certification from the FHWA stating such tests have been accepted and approved shall be supplied. STRUCTURAL INTEGRITY: In order to prove structural soundness a certification from a recognized independent structural laboratory shall be provided certifying that the base will withstand a bending moment of 10,750 ft. lbs. Such test shall be performed in the following manner: 1. A force shall be applied at a distance from the bottom of the base in order to produce a moment. All bases must reach a moment capacity of 10,750 ft. lbs. without breaking, cracking or rupturing in any manner. 2. After force has been removed, the lever arm shall return to within .250" of its original rest position. 3. All tests shall be made using 4" schedule 40 Steel Pipe. A reinforcing collar shall be installed at the top of the pole base in accordance with manufacturers' instructions. The collar shall be a three segment assembly designed to retrofit onto an existing square cast aluminum or iron pedestal base. The collar shall meet the following minimum requirements: MATERIAL: Reinforcing collar minimum requirements: Aluminum Alloy ................ Tensile Strength, KSI ...... Yield Strength, KSI........... Elongation (% in 2") ......... Brinell Hardness ............... Minimum Wall Thickness. Minimum Overall Height... shall be three-piece cast aluminum with the INSTALLATION: The collar shall be clamped around the top of a pedestal base by the use of two (2) 5/16" Socket Head Bolts per segment (Figure 1). Each segment shall have a 5/16" pilot hole for drilling through base. A 5/16" x 3/4" Roll Pin shall be driven through the collar into the base until flush to prevent the collar from walking up the base. HARDWARE: (6) 5/16"-18 x 1'/2" Socket Head Capscrews (3) 5/16" Dia. x 3/4" Roll Pins FINISH: Collar Segment: Alodine 1200 FASTENERS: Zinc w/ Yellow Di -Chromate CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -164 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 In addition to meeting the above requirements, all poles, bases, collars, caps and related hardware shall be fully interchangeable with the following items manufactured by Pelco Products, Inc., Edmond, Oklahoma, such that any individual component can be replaced without requiring replacement of the entire system: • Pedestal pole, Model No PB -5200 • Square Base Assembly, Model No PB -5334 • Pole Cap, Model No PB -5402 • Pole & Base Collar Assembly, Model No PB -5325 9-29.6 Light and Signal Standards (December 18, 2009 CFW GSP) Section 9-29.6 is supplemented with the following: Light standards shall be tapered round aluminum tube C -wall alloy 6063 satin brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail herein, except that luminaire mounting height shall be as shown on the Illumination Pole Schedule. (January 7, 2019 WSDOT GSP, OPTION 5) Section 9-29.6 is supplemented with the following: Traffic Signal Standards Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre -approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm connecting bolts instead of lockwashers. All signal arm ASTM F 3125 Grade A325 connecting bolts tightening shall comply with Section 6-03.3(33). Traffic signal standard types and applicable characteristics are as follows: Type PPB Pedestrian push button posts shall conform to Standard Plan J-20.10 or to one of the following pre -approved plans: Fabricator Drawing No. Valmont Ind. Inc. DBO1165 Rev. B Sheet's 1, 2, 3 & 4 of 4 Ameron Pole WA15TR10-1 Rev. Band Prod. Div. WA15TR10-3 Rev. A Type PS Pedestrian signal standards shall conform to Standard Plan J- 20.16 or to one of the following pre -approved plans: Fabricator Valmont Ind. Inc. Drawing No. DBO1165 Rev. B Sht. 1, 2, 3 & 4 of 4 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -165 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Ameron Pole Prod. Div. WA15TR10-1 Rev. Band WA15TR10-2 Rev. B Type I Type I vehicle signal standards shall conform to Standard Plan J- 21.15 or to one of the following pre -approved plans: Fabricator Drawing No. Valmont Ind. Inc. DBO1165 Rev. B Sht. 1 2, 3 & 4 of 4 Ameron Pole WA15TR10-1 Rev. Band Prod. Div WA15TR10-2 Rev. B Type FB Type FB flashing beacon standard shall conform to Standard Plan J-21.16 or the following pre -approved plan: Fabricator Drawinq No. Valmont Ind. Inc. DBO1165 Rev. B Sht. 1 2, 3 & 4 of 4 Ameron Pole WA15TR10-1 Rev. Band Prod. Div. WA15TR10-2 Rev. B Type RM Type RM ramp meter standard shall conform to Standard Plan J-22.15 or the following pre -approved plan: Fabricator Drawinq No. Valmont Ind. Inc. DBO1165 Rev. B Sht. 1 2, 3 & 4 of 4 Ameron Pole WA15TR10-1 Rev. Band Prod. Div. WA15TR10-2 Rev. B Type CCTV Type CCTV camera pole standards shall conform to one of the following pre -approved Plans: Fabricator Valmont Industries, Inc Ameron Pole Product Div Type II Characteristics: Luminaire mounting height Luminaire arms Luminaire arm length Signal arms Drawinq No. DB 01166 Rev. B Sheet 1, 2, 3 and 4 of 4 WA15CCTV01 Rev. B Sheet 1 and 2 of 2 N.A. N.A. N.A. One Only CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -166 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Type II standards shall conform to one of the following pre - approved plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after fabricator. Signal Arm Length (max) Fabricator -(x) (y) (z) 65 ft. Valmont Ind. Inc. -(2894) 65 ft. Ameron Pole -(2900) Prod. Div. Type III Characteristics: Luminaire mounting height Luminaire arms Luminaire arm type Luminaire arm length (max.) Signal arms Drawing No. DBO1162 Rev. B, Shts. 1, 2,3, 4 & 5 of 5 WA15TR3724-1 Rev. C and WA15TR3724-2 Rev. D Sheet 1 and 2 of 2 30 ft., 35 ft., 40 ft., or 50 ft. One Only Type 1 16 ft. One Only Type III standards shall conform to one of the following pre - approved plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after fabricator. Signal Arm Length (max) Fabricator -(x) (y) (z) 65 ft. Valmont Ind. Inc. -(2947) 65 ft. Ameron Pole -(2900) Prod. Div. Drawing No. DBO1162 Rev. B, Shts. 1, 2, 3, 4 & 5 of 5 and"J" luminaire arm WA3724-1 Rev. C and WA3724-2 Rev. D and "J" luminaire arm Type IV Type IV strain pole standards shall be consistent with details in the plans and Standard Plan J-27.15 or one of the following pre - approved plans: Fabricator Valmont Industries, Inc Ameron Pole Drawing No. DB01167, Rev. B Sheets 1 and 2 WA 15TR15 Rev. A CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -167 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Prod. Div. Sheet 1 and 2 of 2 Type V Type V combination strain pole and lighting standards shall be consistent with details in the plans and Standard Plan J-27.15 or one of the following pre -approved plans: Fabricator Drawing No. Valmont Industries, Inc. DB01167, Rev. B Sheets 1 and 2 Ameron Pole WA 15TR15 Rev. A Prod. Div. Sheet 1 and 2 of 2 The luminaire arm shall be Type 1, 16 foot maximum and the luminaire mounting height shall be 40 feet or 50 feet as noted in the plans. Type SD Type SD standards require special design. All special design shall be based on the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals and pre -approved plans and as follows: 1. A 115 mph wind loading shall be used. 2. The Mean Recurrence Interval shall be 1700 years. 3. Fatigue category shall be III. Complete calculations for structural design, including anchor bolt details, shall be prepared by a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural Engineering or by an individual holding valid registration in another state as a civil or structural Engineer. All shop drawings and the cover page of all calculation submittals shall carry the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. The cover page shall include the contract number, contract title, and sequential index to calculation page numbers. Two copies of the associated design calculations shall be submitted for approval along with shop drawings. Details for handholes and luminaire arm connections are available from the Bridges and Structures Office. Foundations for various types of standards shall be as follows: Type PPB As noted on Standard Plan J-20.10 Type PS As noted on Standard Plan J-21.10 Type I As noted on Standard Plan J-21.10 Type FB As noted on Standard Plan J-21.10 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -168 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Type RM As noted on Standard Plan J-21.10 Type CCTV As noted on Standard Plan J-29.15 Type II As noted in the Plans. Type III As noted in the Plans. Type IV As noted in the Plans and Standard Plan J-27.10 Type V As noted in the Plans and Standard Plan J-27.10 Type SD As noted in the Plans. 9-29.6(1) Steel Liaht and Sianal Standards (December 18, 2009 CFW GSP) Section 9-29.6(1) is supplement with the following: Traffic signal standards and illumination standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre -approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Support of Highway Signs, Luminaires, and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A, Welding Inspection. All traffic signal standards and arms shall be round tapered. After delivering the poles or arms to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. Terminal cabinet(s) shall be installed on all Type II and Type III signal poles or where designated on the wiring diagrams in the Plans in accordance with the material requirements of Section 9-29.25 of the Standard Specifications. Terminal cabinets shall be installed at a height not to impede pedestrians. Galvanized steel light and signal standards shall not be painted. 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases, and Sign Bridge Bases 9-29.7(2) Fused Quick -Disconnect Kits (March 13 , 2012 CFW GSP) Section 9-29.7(2) is supplemented with the following: Fused quick -disconnect kits shall be of the SEC type or equivalent. Underground illumination splices shall be epoxy or underground service buss/light connector kits. Installation shall conform to details in the Standard Plans. 9-29.10 Luminaires (March 7, 2018 CFW GSP) Section 9-29.10 paragraph 3 and 4 are deleted and replaced with the following: All cobra -head style roadway luminaires shall be provided with markers for positive identification of light source type and wattage in accordance with ANSI C136.15-2011 with whole number wattage value and "LED" text. Legends shall CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -169 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. 9-29.10(1) Conventional Roadway Luminaires (January 11, 2019 CFW GSP) Section 9-29.10(1) is supplemented with the following: New roadway luminaire installations shall be cobra -head style light - emitting diode (LED), wattage per plan, with 7 -pin photocell receptacle and shall be supplied and installed by the Contractor. The terminal board shall have lugs of a 240 -volt 3 -wire power source. Terminals shall be labeled line -neutral -line. The neutral terminal shall be grounded to the metal housing of the luminaire. The LED luminaire shall be factory set to produce IES pattern Type II. Conductors serving the luminaires shall be copper of the size shown on the Plans and shall run to the service pole in separate conduit from the signal conductors as shown in the plan view. Fused quick disconnect Wye cable connector kits shall be installed at the handhole inside the base of each pole supporting a luminaire. Top conductors from the pole base to the luminaire shall be a minimum No. 12 stranded copper. The grounding conductor shall be connected to the neutral terminal in the luminaire fixture. Pole type and mounting heights shall be as specified in the Contract Plans and Standard Plans. 9-29.10(2) Vacant (January 11, 2019 CFW GSP) Section 9-29.10(2) is deleted and replaced with the following new section: 9-29.10(2) Decorative Luminaires Section 9-29.10(2) is supplemented with the following: All new decorative luminaire installations shall be light -emitting diode (LED) luminaires. LED luminaires must meet City standards for average maintained footcandles, uniformity ratio, mounting height, distribution pattern, and spacing as indicated in City of Federal Way Development Standard Drawing 3-42. LED luminaires shall have a correlated color temperature (CCT) of 4000K. Pole and fixtures shall meet requirements of Special Provision 8- 20.3(13)B, Decorative Light Standards. 9-29.10(3) Vacant (January 11, 2019 CFW GSP) Section 9-29.10(3) is deleted and replaced with the following new section: 9-29.10(3) L.E.D. Roadway Luminaires All new roadway luminaire installations shall be Eaton Archeon light - emitting diode (LED) luminaires. LED luminaires shall be furnished and installed by the Contractor. The units shall meet City standards for wattage, average maintained footcandles, uniformity ratio, mounting height, and distribution pattern, spacing, and model as indicated in City of Federal Way Development CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -170 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Standard Drawings 3-38 and 3-42. LED luminaires shall have a correlated color temperature (CCT) of 4000K and minimum color rendering index (CRI) of 70. Any variations from this standard must be approved by the City Traffic Engineer and shall require a lighting design performed by a Licensed Engineer. The Contractor shall provide a photometric plot of the proposed streetlight system and line loss calculations for these variation requests. Units shall incorporate the following features: 1. A housing with 2.5 -degree leveling steps capable of being mounted on a standard 2 -inch roadway pole pipe tenon. 2. A housing and door manufactured from a die-cast low copper alloy aluminum designed to minimize corrosion. 3. Electrical components accessible through a swing -down entry door secured by a trigger latch or similar tool -less entry mechanism. 4. Resistance to vibration and impact, 3G vibration rated. 5. Provisions for installing a 7 -pin photoelectric cell. 6. An LED light engine protected from the elements by a prismatic glass lens. 7. A thermal management system that promotes maximum air flow through the luminaire to ensure a minimum of 60,000 hours of operation at 25 degree centigrade with 90% lumen maintenance. 8. Protection against solar heating when not in operation. 9. Dark sky optics. 10. Glass tertiary optics that will not discolor or become brittle over time. 11. Sealed optics system rated for IP66 against water and dirt infiltration. 12. Surge protection module to protect the LED drivers, photo controls, transfer switches, and relays from electrical disturbances as defined by ANSI/IEEEC62.41, Category C. The unit shall be replaceable through the use of modular plug and wiring. 13. Solid state multi volt electrical drivers with a rated life of 50,000 hours. 14. Electrical drivers mounted in a heat sink and located such that they are isolated from heating by the sun when not in use. 15. 7 -Pin Photo control receptacle that is adjustable without tools and is designed to meet U11 598 specifications for wet operation. Retro -fit Existing Luminaires LED luminaires shall be installed when existing luminaire replacement is required. Replacement LED luminaires shall meet the requirements of this chapter. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -171 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 9-29.11 Control Equipment 9-29.11(2) Photoelectric Control (January 11, 2019 CFW GSP) Section 9-29.11(2) is supplemented with the following: One CIMCON control node, model #iSLC-3100-7P-U-A-G-10-CATB-05-T shall be installed on the top of each cobra head roadway luminaire. 9-29.13 Control Cabinet Assemblies 9-29.13(2)A Traffic Signal Controller Assembly Testing (October 23, 2014 CFW GSP) Section 9-29.13(2)A is supplemented with the following: Replace all references to "WSDOT Materials Laboratory", "WSDOT facility", and "WSDOT" with "King County Traffic Maintenance". 9-29.13(3) Traffic Signal Controller (November 17, 2014 CFW GSP) Section 9-29.13(3) is supplemented with the following: Equipment includes the following: • Quantity One (1) — NEMA TS2 Type 1 or Type 2 cabinet with 16 position load bay. • Quantity One (1) — TS2 Controller unit Cobalt. • Quantity One (1) — Type 16 Malfunction Management Unit EDI 16LE. • Quantity One( 1) — TS2 Detector racks capable of 16 channels. • Quantity One (1) — TS2 Power Supply. • Auxiliary equipment so as to form completely functional eight phase traffic signal control cabinets. • Video Detection Equipment and Advanced Loop Detection Equipment. • Fiber Optic Patch Panel - _ fiber count. • Fiber Optic Ethernet Switch(s). • Fiber Optic Patch Cords. Documentation and Training Contractor to supply complete technical information, shop drawings, schematic diagrams, photographs, circuit diagrams, programming and operation instruction manuals, and any other necessary documents to fully describe the proposed equipment. Schematics & Manuals: The cabinet(s) shall have a waterproof envelope with a side access attached to the inside of the door. At the time of delivery the envelope shall have two complete sets of schematics and manuals for all assemblies and sub -assemblies. In addition, the cabinet shall arrive with two sets of cabinet prints and one disk copy of the cabinet print in AutoCAD format including circuit schematics for each model of the following: 1. Controller CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -172 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 2. Conflict Monitor 3. Opticom Equipment 4. Video Detection Equipment 5. Fiber Optic Communication Equipment The supplier shall provide a minimum of a one -day (8 hour) training session, given by qualified technical representative(s) of the manufacturer's firm. The sessions shall be conducted at the County and the training sessions shall be coordinated with the City Traffic Engineer. The supplier shall contact the City Traffic Engineer approximately three weeks prior to delivery of the equipment for the purpose of discussing the format and scheduling of the training sessions. The sessions shall be conducted within five (5) working days AFTER delivery of the equipment. The training sessions shall as a minimum meet the following requirements: 1. Session 1: Basic operation, detector programming, special configuration programming, and time of time of day operation. This would cover operator front panel instruction for each component (i.e., Controller, Malfunction Management Unit, and Detector). 2. Session 2: Preemption, telemetry, diagnostics, cabinet operation, preventative maintenance, computer software, and troubleshooting. Technical maintenance and troubleshooting instruction shall be the main focus. 3. Presentations shall be made by "factory trained personnel". Supplier shall provide all necessary equipment needed for the training. The instructional materials provided with the training sessions shall include the following information: 1. Table of Contents 2. Operating Procedure 3. Theory of Operation 4. Maintenance and Troubleshooting Information 5. Circuit Wiring Diagrams 6. Pictorial Diagrams of Part Locations 7. Timing Sheet The controller shall be a NEMA TS2 controller, specifically, an Econolite Cobalt and be installed within a complete NEMA TS2 Type 1 eight phase signal cabinet. 9-29.13(5) Flashing Operations (February 2, 2012 CFW GSP) Section 9-29.13(5) is modified as follows: Paragraph 2, Item 2 is deleted and replaced with the following: Police Flash Switch - 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. When the flash CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -173 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 switch is returned to the "Automatic" position, the controller shall restart except when the conflict monitor has commanded flash operation. The effect shall be to disable the police panel when the conflict monitor has detected a malfunction and all controller and conflict monitor indications shall be available to the technician regardless of the position of the police panel flash. The controller shall restart with all -flash for a preset period of time. (March 15, 2012 CFW GSP) Section 9-29.13(5) is supplemented with the following: All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between Phases 1, 2, 5, 6 and Phases 3, 4, 7, 8. 9-29.13(6) Emergency Preemption (March 31, 2012 CFW GSP) Section 9-29.13(6) is supplemented with the following: Emergency Preemption System (EPS) equipment shall be compatible with the operational requirements of the existing Opticom brand (GTT (formerly 3M)) emitters, detectors, phase discriminators and confirmation lights owned by the City. EPS equipment shall meet the following requirements: 1. Detector. The Contractor shall provide and install emergency preemption detectors at locations shown in the plans. The emergency preemption detectors shall be solid-state devices consisting of photoelectric cells and an amplifier mounted in weather -resistant housings. The detectors (GTT Model #711 or approved equal) shall be capable of detecting an optical signal generated by an Opticom brand emitter assembly (GTT). The detectors shall detect the optical signals from the emitter, amplify the signal, and transmit it to the phase discriminator. The detectors shall have a range control capable of being adjusted up to a maximum of 1/3 mile. Detectors shall be installed in a drilled and tapped hole in the top of the mast -arm or street -light arm, unless shown otherwise in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. 2. Detector Lead-in Cable. The detector lead-in cable shall be GTT (formerly 3M) Opticom Model 138 shielded detector cable, or approved equal. No splicing will be allowed between the detector and the controller cabinet. All lead in cables shall be connected to terminals in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the grounding bar. 3. Confirmation Light. Mounted below the OPTICOM detector there shall be placed a white, 100 watt (minimum), standard screw socket, flood light which shall indicate, by being on, when the preemption interval is in effect and the desired phase is being held in a green display, unless otherwise noted in the plans. Indicator CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -174 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 lights shall be actuated by utilizing the unused yellow output of pedestrian signal switch packs. 4. Multimode Phase Selector. (formerly 3M) Opticom Model IR and GPS based systems. The phase selector shall be GTT 764 capable of communication both Maintenance and operation manuals shall be furnished for all emergency preemption equipment to the City of Federal Way or its designated agents by the Contractor. 9-29.1300)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: 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. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -175 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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. 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 be installed in the top of the cabinet plenum. Paragraph 1, Item 10 is deleted and replaced with the following: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -176 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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. 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: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -177 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 (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. (b) Stoo 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 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -178 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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 5052-1-132 0.125 -inch -thick aluminum. 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: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SPA 79 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 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. 9-29.14 Vacant Section 9-29.14 is deleted and replaced with the following: 9-29.14 School Zone Beacon Control (March 14, 2012 CFW GSP) The calendar -activated school zone flashing beacon system shall be an, RTC School Zone Beacon System or approved equal whether solar -powered or hard- wired. The school zone beacon system user interface shall be quickly and easily accessed . Programming shall be via a push-button keyboard integral to the unit with easy-to-use interface prompts. The controller shall have all calendar data stored locally to ensure timely activations in virtually all circumstances The School Zone Beacon System shall consist of the following components: 1. Controller: The controller shall be an RTC AP22 time switch, or approved equal, equipped with a GPS receiver capable of accepting the time -of -day reference to update the time -of -day in the time switch for zero time drift to ensure on-time beacon activation. 2. Beacon: The beacon housing and frame shall be made of aluminum, and the beacon bulb shall have at least 150 individual LEDs. The total light emission per beacon shall be greater than 678 candelas. The beacon shall draw attention at distances greater than 1000 feet during the day and greater than 1 mile at night. 3. Redundant Calendar: There shall be no limit for day schedule on-off times. The user shall be able to configure calendars with a minimum of 10 years of scheduling. The controller shall have all calendar data stored locally so that in the event of an interruption, the controller shall be able to maintain scheduled activations. 4. On -Demand Activation, Test and Reports: Each system shall provide on - demand activation of beacons for emergency or any other purposes;, CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -180 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 battery health (solar only), Beacon outage, and activation reports through the user interface. 5. Enclosure: The controller shall be housed in a vandal -resistant, aluminum, NEMA 3R pole -mounted aluminum cabinet with a lockable, hinged door. The enclosure shall be mounted at a height consistent with ADA guidelines while not requiring a bucket truck from maintenance. 6. Power Options: The controller unit shall be available in solar 12 VDC, 35 AHr equipped with 90W solar panels, or in 120 VAC, 50W versions. Solar - powered systems shall provide a minimum of 15 days of back-up battery power in the absence of sunlight while operating at full brightness and at standard usage levels. 9-29.15 Flashing Beacon Control Section 9-29.15 is supplemented with the following: Rapid Flashing Beacons (January 7, 2019 WSDOT GSP, OPTION 1) Rapid Flashing Beacon (RFB) indications shall comply with the dimensional, operational, and flash pattern requirements of Federal Highway Administration (FHWA) Interim Approval 21 (IA -21, Conditions 4, 5, and 6, excluding Condition 5f; https://mutcd.fhwa.dot.gov/resources/interim_approval/ia21/index.htm). RFB system shall be capable of providing, at a minimum, the following two -channel flashing patterns: 1. NEMA Standard 50-50: • Channel one is ON and channel two is OFF for 0.5 seconds. • Channel one is OFF and channel two is ON for 0.5 seconds. (Cycle repeats; the total flashing pattern cycle length is 1.00 second.) 2. RFB "WW+S" Pattern (IA -21 Condition 5b): • Channel on is ON and channel two is OFF for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Channel one is OFF and channel two is ON for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Channel one is ON and channel two is OFF for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Channel one is OFF and channel two is ON for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Both channels are ON for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Both channels are ON for 0.05 seconds. • Both channels are OFF for 0.25 seconds. (Cycle repeats; the total flashing pattern cycle length is 0.80 seconds.) The flashing pattern shall be user -selectable in the field. RFB system pushbuttons shall include a locator tone, but shall not include tactile arrows, speech messages, or vibrotactile indications. RFB system pushbuttons may include speech message and vibrotactile functionality, provided these features can be deactivated. RFB system pushbuttons shall use a 9" x 12" R10- 25 sign. The R10-25 sign may include integral yellow warning lights. Section 9-29.15 is supplemented with the following: CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -181 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Rectangular Rapid Flashing Beacon System (September 17, 2014 CFW GSP) The Rectangular Rapid Flashing Beacon System shall be an R920 by Carmanah or AB- 9400 by JSF Technologies with High Performance Rectangular Rapid Flashing Beacons or approved equal system. The Controller with Rectangular Rapid Flashing Beacons (RRFB) shall meet all FHWA and MUTCD standards. The system shall be capable of activation by a variety of devices, including pushbuttons, microwave detectors, pedestrian - activated pads and passive activation bollards. The RRFB brightness and light emitting surface dimensions shall exceed the FHWA minimum standards and shall be capable of being viewed from distances of over 1000 feet during the day and over one mile at night. The system components shall mount quickly and easily to any pole, and construction shall be durable, corrosion -resistant and protect against wind, rain and vandalism. The Rectangular Rapid Flashing Beacon System shall consist of the following components: 1. Controller: The Controller shall be equipped with a GPS receiver attached to its antenna unit, and the system shall not require the installation or alteration of any other equipment or associated hardware. 2. Rectangular Rapid Flashing Beacons: The RRFB housing shall contain two primary light bars mounted in compliance with MUTCD requirements, but exceeding the minimum 5" W x 2" H size and MUTCD total light emission requirements. In addition to the primary light bars, the housing shall have smaller secondary light bars mounted on each end for pedestrian notification, arrayed in a minimum 0.4" W x 2" H rectangle. The secondary light bars shall have optional opaque covers if pedestrian notification from either or both ends of the housing is not desired. The overall dimensions of the RRFB unit shall be approximately 24"-29"W x 3.5"-4.5"H x 1.5"-5"D. The LEDs used in both the primary and secondary light bars shall be rated for a minimum 15 -year life, and the light bars shall not protrude beyond the surface of the housing, shall not be mounted to the housing with exposed screws, and shall be covered with polycarbonate windows for durability and vandal resistance. The RRFB shall draw attention at distances greater than 1000 feet during the day and over 1 mile at night. The controller shall adjust RRFB brightness as outside light levels change between day and night, being brighter during the day and less bright at night. 3. Rectangular Rapid Flashing Beacon Housing: The RRFB housing shall be made of powder -coated aluminum with a minimum thickness of 0.125", and shall provide a mounting mechanism allowing for directional rotation of the primary light bars toward oncoming traffic at curves, corners, and roundabouts. 4. Activation Devices: The controller shall be capable of being activated by a variety of devices, including pushbuttons, microwave detectors, pedestrian -activated pads and passive -activation bollards. Pushbuttons shall be APS style units with a directional arrow. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -182 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 5. On -Demand Activation, Test and Reports: Each system shall provide on -demand activation of RRFBs for emergency or any other purposes; on -demand test of communication interruption (knockdown), battery health (solar only), Beacon outage, and activation reports through the user interface. 6. Enclosure: The controller shall be housed in a vandal -resistant, aluminum, NEMA 3R pole -mounted cabinet with a lockable, hinged door. 7. Power Options: The controller unit shall be available in solar 12 V DC, 35-36 Ah equipped with 10-40W solar panels, or in 120 VAC, 50W versions. Solar -powered systems shall provide a minimum of 15 days of back-up battery power in the absence of sunlight while operating at full brightness and at standard usage levels. 9-29.16 Vehicular Signal Heads, Displays, and Housings (February 24, 2012 CFW GSP) Section 9-29.16 is modified as follows: Paragraph 2, is deleted and replaced with the following: All lenses shall meet I.T.E. specifications for light output with 12 -inch - diameter faces. All vehicular signal heads shall be dark green baked enamel and shall be equipped with 5" wide black -polycarbonate back plates and black - polycarbonate tunnel visors of a length equal to the lens diameter. All hardware for attaching visors and back plates shall be non -corrosive stainless steel. Vehicle signal head polycarbonate materials shall not be painted. A 2 -inch -wide strip of yellow retro -reflective, type IV prismatic sheeting, conforming to the requirements of Section 9-28.12, shall be applied around the perimeter of each backplate. 9-29.16(2) Conventional Traffic Signal Heads 9-29.16(2)A Optical Units (December 18, 2009 CFW GSP) Section 9-29.16(2)A is deleted and replaced with the following: Lenses shall be of the color indicated, circular in shape, with a visible diameter of 12 inches, as specified in the contract, and of such design as to give an outward and downward distribution of light with a minimum above the horizontal. The lenses shall be standard red, amber, and green, prismed traffic signal lenses and shall conform to the specifications of ITE Standards (Standards for Adjustable Face Vehicle Traffic Control Signal Heads, 1977 edition). The lenses shall fit into a red silicon gasket in a manner to render the interior of the lens and reflector weather and dust - tight. Signal heads shall have hinged aluminum reflector rings. The lens and gasket shall be secured to the door with four noncorrosive lens clips. LED Traffic Signal Modules CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -183 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 All traffic signal displays shall be the Light Emitting Diode (LED) type and shall be from one of the following manufacturers: Dialight Corporation Precision Solar Controls, Inc. 1913 Atlantic Avenue 2960 Market Street Manasquan, NJ 08736 Garland, TX 75041 Telephone: (732) 223-9400 Telephone: (972) 278-0553 FAX: (732) 223-8788 FAX: (972) 271-9583 GELcore, LLC 6810 Halie Drive Valley View, OH 44125 Telephone: (216) 606-6555 FAX: (216) 606-6556 Each LED signal module shall be designed to be installed in the doorframe of a standard traffic signal housing. The lamp socket, reflector, reflector holder, and lens used with an incandescent lamp shall not be used in a signal section in which a LED signal module is installed. The installation of an LED signal module shall not require any modification to the housing. The LED signal module shall be a single, self-contained device, not requiring on-site assembly for installation into an existing traffic signal housing. All red LED signal modules shall be manufactured with a matrix of AIInGaP LED light sources and green LED signal modules shall be manufactured with a matrix of InGaN LED light sources. The LED traffic signal module shall be operationally compatible with controllers and conflict monitors on this Project. The LED lamp unit shall contain a disconnect that will show an open switch to the conflict monitor when less than 60 percent of the LEDs in the unit are operational. Each LED signal module shall conform to the current standards in Institute of Transportation Engineers (ITE) VTCSH Part 2 and a Certificate of Compliance with these standards shall be submitted by the manufacturer for each type of signal head. The certificate shall state that the lot of signal heads meets the current ITE specification. A label shall be placed on each LED signal module certifying conformance to this specification. The manufacturer's name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED signal module. LED signal modules used on this Project shall be from the same manufacturer. A label shall be provided on the LED housing and the Contractor shall mark the label with a permanent marker to note the installation date. LED signals shall show no evidence of illumination for input voltages below 35 volts. LED signals shall supply illumination current (unregulated) CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SPA 84 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 for all input voltages higher than 45 volts (and conform to appropriate intensity requirements specified above 80 volts). The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED signal modules for a period of 60 months after installation of the modules. All warranty documentation shall be given to the Engineer prior to installation. 9-29.16(2)B Signal Housing (December 18, 2009 CFW GSP) Section 9-29.16(2)B is supplemented with the following: The signal housing shall be designed to withstand winds of 80 miles per hour with a 0.25 -gust factor without permanent distortion or failing (torque at attachment of 6,000 pound -feet). 9-29.17 Signal Head Mounting Brackets and Fittings (December 18, 2009 CFW GSP) Section 9-29.17 is supplemented with the following: Mast arm mounting hardware for vehicle signal heads shall be clamp style plumbizer PELCO AB -3008, or approved equal, and shall be field installed by the Contractor. Fittings shall be painted with two (2) coats of factory -applied traffic - signal dark preen baked enamel. A watertight seal shall be provided where the signal head mounting bracket attaches to the mast arm or signal pole. Components for type D and type K mounting hardware shall be per Section 9-29.17 of the Standard Specifications. All components shall be painted with traffic -signal dark preen baked enamel. 9-29.18 Vehicle Detector 9-29.18(3) Vacant (March 14, 2012 CFW GSP) 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. The products shall have a proven record of field use at other installations for at least two (2) years of service not including prototype field trials prior to installation. Contractor shall provide Econolite AutoScope Vision, Trafficon, GRIDSMART or approved equal video detection system. Approved equal video detection systems shall meet the following: General The detection of vehicles passing through the field-of-view of an image sensor shall be made available to a large variety of end user applications as simple contact closure outputs that reflect the current real-time detector or alarm state (on/off) or as summary traffic statistics that are reported locally or remotely. The contact closure outputs shall be provided to a traffic signal controller and comply CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -185 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 with the National Electrical Manufacturers Association (NEMA) type C or D detector rack file standards. The system architecture shall fully support Ethernet networking of system components through a variety of industry standard and commercially available infrastructures that are used in the traffic industry. The data communications shall support direct connect, modem and multi -drop interconnects. Simple, standard Ethernet wiring shall be supported to minimize overall system cost and improve reliability, utilizing existing infrastructure and ease of system installation and maintenance. Both streaming video and data communications shall be capable of being interconnected over long distance through fiber optic, microwave or other commonly used digital communications transport configurations. In terms of the software application side of the network, the system shall be integrated through a client -server relationship. A communications server application shall provide the data communications interface between as few as one to as many as hundreds of Machine Vision Processors (MVP) sensors (otherwise referred to as video detection cameras with built in processors) and a number of client applications. The client applications shall either be hosted on the same PC as the communications server or may be distributed over a local area network of PC's using the industry standard TCP/IP network protocol. Multiple client applications shall execute simultaneously on the same host or multiple hosts, depending on the network configuration. Additionally, a web - browser interface shall allow use of industry standard internet web browsers to connect to MVP sensors for setup, maintenance and playing digital streaming video. Approved equal GRIDSMART systems shall track individual vehicles entering the field of vision through detection zones from one camera located in the intersection, collect 24-hour approach volume, turning movement, and vehicle classification count data, and signal performance metrics. Larger intersections may require 2 cameras to include all advanced detection zones. System Hardware The video detection system hardware shall consist of the following components: 1. A color, 22x zoom Machine Vision Processor (MVP) sensor. 2. A modular cabinet interface unit. 3. A communication interface panel. 4. Surge suppresser/ lightning protection. 5. A portable color monitor to be permanently placed within the signal controller cabinet. 6. All other necessary equipment for setup, maintenance and operation of the video detection system including but not limited to programming device and specialty tools. The real-time performance shall be observed by viewing the video output from the sensor with overlaid flashing detectors to indicate current detection state (on/off). The MVP sensor shall be capable of optionally storing cumulative traffic statistics internally in non-volatile memory for later retrieval and analysis. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -186 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 The MVP shall communicate to the modular cabinet interface unit via the communications interface panel and the software applications using the industry standard TCP/IP network protocol. The MVP shall have a built-in, Ethernet - ready, Internet Protocol (IP) address and shall be addressable with no plug in devices or converters required. The MVP shall provide standard MPEG -4 streaming digital video. Achievable frame rates vary from 5 to 30 frames per second as a function of video quality and available bandwidth. The modular cabinet interface unit shall communicate directly with up to eight (8) MVP sensors and shall comply with form factor and electrical characteristics to plug directly into a NEMA type C or D detector rack providing up to thirty-two (32) inputs and sixty-four (64) outputs to a traffic signal controller. The communications interface panel shall provide four (4) sets of three (3) electrical terminations for three wire power cables for up to eight (8) MVP sensors that may be mounted on a pole or mast arm with a traffic signal cabinet or junction box. The communication interface panel shall provide high-energy transient protection to electrically protect the modular cabinet interface unit and connected MVP sensors. The communications interface panel shall provide single -point Ethernet connectivity via RJ45 connector for communication to and between the modular cabinet interface module and the MVP sensors. The Gridsmart detection system shall consist of the following components and (part numbers): 3. One GRIDSMART ultra -wide angle fisheye camera with sealed enclosure. (GS -3 -CAM) A second camera may be required at larger intersections as determined by the City Traffic Engineer. 4. One GRIDSMART GS2 Processing Unit, rack or shelf mount with two camera interface and GRIDSMART software. (GS-3-GS2) 5. One GRIDSMART TS2 Connector Kit for GS-3-GS2, includes SDLC connector to be used for TS2 environments. (GS2-TS2-OPT) 6. One SDLC Patch Cable, 6ft minimum. (WPS-SDLC) 7. One Swivel Bracket Camera Mounting Hardware with junction box and connector. (GS -3 -SMC) 8. One Standard Cable Clamp, 66" cable length, natural aluminum finish. (SBC66-SCK) 9. One Video Detection Camera Mounting Arm Pole, 90 degrees, 58". (GS - 3 -A58) 10. Up to 300 feet of Detection Comm Cable, Ethernet, Cat 5E 350Mhz, outdoor rated, direct burial, CMX, Shielded, Gel. (CATS) System Software The MVP sensor embedded software shall incorporate multiple applications that perform a variety of diagnostic, installation, fault tolerant operations, data communications, digital video streaming and vehicle detection processing. The detection shall be reliable, consistent and perform under all weather, lighting and traffic congestion levels. An embedded web server shall permit standard internet browsers to connect and perform basic configuration, maintenance and video streaming services. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -187 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 There shall be a suite of client applications that reside on the host client/server PC. The applications shall execute under Microsoft Windows 7, Vista or XP. Client applications shall include: 1. Master network browser: Learn a network of connected modular cabinet interface units and MVP sensors, display basic information and launch applications software to perform operations within that system of sensors. 2. Configuration setup: Create and modify detector configurations to be executed on the MVP sensor and the modular cabinet interface unit. 3. Operation log: Retrieve, display and save field hardware run-time operation logs of special events that have occurred. 4. Streaming video player: Play and record streaming video with flashing detector overlay. 5. Data retrieval: Fetch once or poll for traffic data and alarms and store on PC storage media. 6. Communications server: Provide fault-tolerant, real-time TCP/IP communications to/from all devices and client applications with full logging for systems integration. The Gridsmart software system shall consist of the following: 1. The latest version of the GRIDSMART Client Software with virtual pan -tilt - zoom functionality. Shall allow the Engineer to configure, view, and manage intersection detection in real time. The system shall be able to automatically email the Engineer reports and alerts. 2. The latest version of the GRIDSMART Performance module which provides counting, classification, turning movements, and signal performance metrics. (GS -3 -PFM) Additional GRIDSMART software modules requested by the City Traffic Engineer may include, but are not limited to the following: 1. Performance Plus module 2. Pedestrian module 3. STREETSMART congestion management technology Machine Vision Processor (MVP) Sensor The MVP sensor shall be an integrated imaging color CCD array with zoom lens optics, high-speed, dual -core image processing hardware bundled into a sealed enclosure. The CCD array shall be directly controlled be the dual -core processor, thus providing high-quality video for detection that has virtually no noise to degrade detection performance. It shall be possible to zoom the lens as required for setup and operation. It shall provide JPEG video compression as well as standard MPEG -4 digital streaming video with flashing detector overlay. The MVP shall provide direct real-time iris and shutter speed control. The MVP image sensor shall be equipped with an integrated 22x zoom lens that can be changed using configuration computer software. The digital streaming video output and all data communications shall be transmitted over the three -wire power cable. The MVP sensor shall operate on 110/220 VAC, 50/60Hz at a maximum of 25 watts. The camera and processor electronics shall consume a maximum of 10 watts and the remaining 15 watts shall support an enclosure heater. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -188 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Placement of detection zones shall be by means of a PC with a Windows 7, Vista or XP operating system with a keyboard and mouse. The detection zones shall be superimposed on images of the traffic scenes and viewable as such on the PC monitor. The detection zones shall be created by using a mouse to draw the detection zones on the PC monitor. Using the mouse and keyboard it shall be possible to place, size and orient detection zones to provide optimal road coverage for vehicle detection. It shall be possible to download detector configurations from the PC to the MVP sensor and cabinet interface module, to retrieve the detector configuration that is currently running in the MVP sensor and to back up detector configurations by saving them to a PC storage device. The video detection system shall optimally detect vehicle passage and presence when the MVP sensor is mounted thirty (30) feet or higher above the roadway, when the image sensor is adjacent to the desired coverage area and when the distance to the farthest detection zone locations are not greater than ten (10) times the mounting height of the MVP. The recommended deployment geometry for optimal detection also requires that there be an unobstructed view of each traveled lane where detection is required. Although optimal detection may be obtained when the MVP is mounted directly above the traveled lanes, the MVP shall not be required to be directly over the roadway. The MVP shall be able to view either approaching or receding traffic or both in the same field of view. The preferred MVP sensor orientation shall be to view approaching traffic since there are more high contrast features on vehicles as viewed from the front rather than the rear. The MVP sensor placed at a mounting height that maximizes vehicle image occlusion shall be able to simultaneously monitor a maximum of six (6) traffic lanes when mounted at the road -side or up to eight (8) traffic lanes when mounted in the center with four lanes on each side. Modular Cabinet Interface Unit The modular cabinet interface unit shall provide the hardware and software means for up to eight (8) MVP sensors to communicate real-time detection states and alarms to a local traffic signal controller. It shall comply with the electrical and protocol specifications of the detector rack standards. The card shall have 1500 Vrms isolation between rack logic ground and street wiring. The modular cabinet interface unit shall be a simple interface card that plugs directly into a NEMA type C or D detector rack. The modular cabinet interface unit shall occupy only two (2) slots of the detector rack. The modular cabinet interface unit shall accept up to sixteen (16) phase inputs and shall provide up to twenty-four (24) detector outputs. Communications Interface Panel The communications interface panel shall support up to eight (8) MVP sensors and shall accept 110/220 VAC, 50/60 Hz Power. The communications interface panel shall provide predefined wire termination blocks for MVP sensor power connections, a Broadband -over -Power -Line (BPL) transceiver to support up to 10Mb/s interdevice communications, electrical surge protectors to isolate the modular cabinet interface unit and MVP sensors and an interface connector to cable directly to the modular cabinet interface unit. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -189 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 The communications interface panel shall provide power for up to eight (8) MVP sensors, taking local line voltage 110/220 VAC, 50/60 Hz and producing 110/220 VAC, 50/60 Hz, at about 30 watts to each MVP sensor. Two 1.25 amp SLO-BLO fuses shall protect the communications interface panel. Surge Suppressor An EDCO CX06-BNCY or approved equal transient surge suppressor shall be provided for each MVP sensor. Installation and Training The product supplier of the video detection system shall supervise the installation and the testing of the video equipment. A factory certified representative from the manufacturer shall be on-site during installation. The factory representative shall install, make fully operational, and test the system as indicated on the intersection drawings and this specification. One day of training shall be provided to personnel of the City of Federal Way and King County in the operation, set-up and maintenance of the video detection system. Instruction and materials shall be produced for a maximum of 7 persons and shall be conducted at the City of Federal Way City Hall or King County signal shop. Warranty The video detection system shall be warranted against manufacturing defects in materials and workmanship for a period of no less than three (3) years from date of installation. The video detection supplier shall provide all documentation necessary to maintain and operate the system. The supplier shall maintain a program for technical support and software updates following the expiration of the warranty period. 9-29.19 Pedestrian Push Buttons (February 15, 2019 CFW GSP) Section 9-29.19 is deleted and replaced with the following: The Contractor shall provide and install accessible pedestrian pushbuttons and signs, as shown on the Plans. The position of the pedestrian pushbuttons shall be located in a manner such that the tactile arrow is aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve; however final positioning for the optimum effectiveness shall be approved by the Engineer. Accessible Pedestrian Pushbutton units shall be Campbell Company Guardian Model Advisor Guide Accessible Pedestrian Station (AGPS) or approved equal. The station shall have a black body color and white actuator button and shall meet the following requirements: Pushbuttons shall be mounted to the poles by means of stainless steel bolts. All mountings shall be securely fastened as approved by the Engineer. The sign legend to be used shall be sign designation R10 -3e and shall be nine (9) inches by fifteen (15) inches. All mounting bolts shall be non -corrosive stainless steel. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -190 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 The pedestrian pushbutton housing shall be aluminum and shall be painted black. Unit(s) shall operate at a temperature range of -35C to 85C. Power requirements shall be 120 VAC, 60 Hz (100 ma, typical +/- 20%). Pedestrian indicators shall include an audible speaker, call confirmation LED and vibrotactile arrow. The audible speaker shall be programmable to have a button locator tone, acknowledgement tone/message, walk cycle tone/message and clearance tone/message. The unit(s) shall have automatic volume controls for message strength over ambient noise levels. The walk tone/message shall be programmable to stop with the walk signal or other user settable time. The unit(s) shall be user settable for Accessible Pedestrian Signal (APS) message initiation with an extended press or on call. The call confirmation LED shall be red with 160 degree view ability and once activated shall remain illuminated until the corresponding walk indication is given. An audible acknowledgement message of "WAIT' shall accompany each activation of the call confirmation LED. The locator tone shall be active for a time of 0.15 seconds or less and shall repeat at 1 second intervals. The locator tone shall be intensity responsive to ambient sound and be audible from six (6) feet to twelve (12) feet from the pushbutton with a maximum of 5 dBA louder than ambient sound. A walk cycle audible message shall be set for each pushbutton unit and shall be patterned after the model: "Broadway. Walk sign is on to cross Broadway." The walk cycle message shall be intensity responsive to ambient sound with a volume 5 dBA above ambient sound up to a maximum volume of 100 dBA. The walk cycle message shall be audible from the beginning of the associated crosswalk during the walk interval only. The vibrotactile arrow shall be located on the pushbutton and shall have high visibility contrast of either light on dark or dark on light. The pushbutton units shall be installed in a manner such that the vibrotactile arrow is aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve. The vibrotactile arrow shall activate with the walk cycle. 9-29.20 Pedestrian Signals (December 12, 2011 CFW GSP) Section 9-29.20 is supplemented with the following: The symbol message modules shall plug directly into the transformer or be solid- state modules. Side mountings shall be clamshell mountings Type "E," as shown on WSDOT Standard Plan 3-20.16-00 unless otherwise noted on The Plans. All terminal compartments shall be painted in the same manner as specified for signal housings. All pedestrian head mounting bolts shall be noncorrosive stainless steel. Where pedestrian signal heads are to be fastened to the vehicle signal pole, the Contractor shall securely attach the clamshell mounting to the pole using stainless steel Allen -head bolts. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -191 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Pedestrian display housings shall have a minimum depth capable of accommodating a Campbell Advisor Pedestrian Pushbutton Controller in the rear of the housing. Pedestrian signals shall be LED Countdown units as manufactured by Dialite Corporation or approved equal per the specifications included in the appendices of these Special Provisions. All pedestrian signal displays shall be the light emitting diode (LED) type with displays for "RAISED HAND", "WALKING PERSON" and a countdown timer. Each LED pedestrian signal module shall not require special tools for installation. The installation of an LED pedestrian module shall not require any modification to the housing. Each LED pedestrian module shall be a single, self-contained device, not requiring any on-site assembly for installation into any pedestrian signal housing. The power supply for the LED pedestrian module may be packaged as a separate module. All pedestrian "RAISED HAND" modules and countdown timer display modules shall be Portland Orange and shall conform to current ITE Standards for size, chromaticity, and intensity. LED pedestrian "RAISED HAND" modules shall be manufactured with a matrix of AIInGaP LED light sources. All pedestrian "WALKING PERSON" modules shall be Lunar White and shall conform to current ITE Standards for size, chromaticity, and intensity. LED pedestrian "WALKING PERSON" modules shall be manufactured with a matrix of InGaN LED light sources. The "RAISED HAND" and "WALKING PERSON" message -bearing surfaces shall be filled (not outline) symbols. The LED pedestrian modules shall be operationally compatible with controller and conflict monitors on this Project. The LED pedestrian module shall be rated for use in the ambient operating temperature range of minus 40 degrees C to 74 degrees C. Each LED pedestrian module shall be protected against dust and moisture intrusion per the NEMA Moisture Resistance STD 250-1991 for Type 4 enclosures to protect all internal components. The assembly, manufacturing, and mounting of the LED pedestrian module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. The manufacturer's name, trademark, serial number, and other necessary identification shall be permanently marked on the backside of the LED pedestrian module. LED signal pedestrian modules used on this Project shall be from the same manufacturer. A label shall be provided on the LED housing, and the Contractor shall mark the label with a permanent marker to note the installation date. LED pedestrian modules shall operate at a maximum power consumption of 15W. Each LED pedestrian module shall be operated from a 60 plus 3 -Hz AC line over a range of 80 VAC to 135 VAC. Nominal operating voltage for all measurements shall be 120 plus 3 volts rms. The LED circuitry shall prevent flicker at less than 100 Hz over the voltage range specified above. Fluctuations in the line voltage specified above shall not affect luminous intensity by more than plus 10 percent. The signal module on -board noise transients and low - repetition high-energy transients shall be as stated in Section 2.1.6, NEMA Standard TS -2, 1992. The individual LED light sources shall be wired so that CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -192 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 catastrophic failure of any one LED light source will result in the loss of not more than 20 percent of the signal module light sources. LED pedestrian signal modules shall provide a power factor of 0.90, or greater, when operated at nominal operating voltage, and 25 degrees C. Total harmonic distortion induced into an AC power line by an LED pedestrian module shall not exceed 20 percent. Each LED pedestrian module and associated onboard circuitry shall meet Federal Communications Commission (FCC) Title 47, Subpart B, Section 15 regulations concerning the emission of electrical noise. Two secured, color - coded, 600V, 20AWG minimum, jacketed wires, conforming to the National Electric Code, rated for service at 105 degrees C, are to be provided for electrical connection. LED signals shall show no evidence of illumination for input voltages below 35 volts. LED signals shall supply illumination current (unregulated) for all input voltages higher than 45 volts (and conform to appropriate intensity requirements specified above 80 volts). The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED signal modules for a period of 60 months and against loss of intensity below 50 percent of original values for a period of 36 months after installation of the modules. All warranty documentation shall be given to the Engineer prior to installation. 9-29.22 Vacant (January 8, 2013 CFW GSP) Section 9-29.22 is deleted and replaced with the following new section: 9-29.22 Battery Backup System Tesco 22 or approved equivalent battery backup system shall be provided to meet the following requirements: Enclosure Specifications Anodized aluminum weatherproof enclosures shall house BBS and batteries. Enclosures shall be TIG welded construction with welding materials specifically designed for the material to be welded. Enclosures shall have fully framed side hinged outer doors with swaged close tolerance sides for flush fit with drip lip and closed cell neoprene flange compressed gaskets. Front door on each enclosure shall incorporate a full-length piano hinge, pad -lockable draw latch (center area on door -latch side), a keyed Core lock, and a pad lockable welded -in place vandal -proof tab rated at 2000 lbs. There shall be no exposed nut, bolts, screws, rivets or other fasteners on the exterior of the enclosure. Maximum cabinet dimensions shall be 46" H x 20" W x 21.5" D. Maximum weight of main cabinet shall be 250 lbs with batteries. Maximum weight of auxiliary cabinet shall be 425 lbs with batteries. BBS shall be mounted in an interior tilt out housing with 800 Ib rated stops. Battery connectors shall be Anderson Connectors with silver plated contacts. Batteries shall be installed in fixed position framed trays for seismic safety and be readily accessible for maintenance. Batteries shall be mounted allowing airflow front and back. Enclosure can include two transfer bypass switches, one for BBS bypass the second for auxiliary generator (optional). All switches must be panel mounted on interior dead front panel board. UV resistant plastic laminated nameplates shall identify all controls and major components. A CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -193 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 plastic covered wiring diagram will be attached to the inside of the front door. All components shall be factory wired and conform to required NEMA, NEC, and UL standards. A chassis ground point shall be provided. Panel shall be UL 508 Industrial Control Panel rated. BBS Panel Minimum Features: 1. System shall provide 700 watts of full control run time for four (4) hours. In addition the system shall provide six (6) to eight (8) hours of flash operation. 2. Auxiliary cabinet shall be provided and shall incorporate twelve (12) additionally supplied batteries. 3. BBS bypass and BBS isolation switch. 4. Deadfront safety panel board with all switches, indicating fuses, plugs, and isolation fuses for each battery pre -wired with phenolic nameplates. 5. All nameplates shall be screwed on phenolic engraved type. 6. All wire terminating lugs shall be full wrap around type. 7. All batteries shall be captive spaced from external captive sides in earthquake proof buckets. 8. Cabinet ventilation shall be by (qty. 2) 4" x'/4" louvers top and bottom with encapsulated bug screens, cleanable filters and a 100cfm fan to completely exchange air 25 time minimum per minute. 9. All DC terminals and connections shall incorporate safety covers such that the safety covers are in place for every normal maintenance mode. 10. Event Counters & Total Run Time Counter. 11. A red LED indicator light shall be installed on the UPS cabinet facing in the direction of the intersection and viewable from the roadway. The indicator light shall not be installed on the top of the cabinet so as to be visible even during a significant snow event. The indicator light shall be installed in a manner to be activated only when the UPS units are operational and powering the intersection. BBS Unit Minimum Specifications BBS unit shall provide a true sine -wave output with minimum 1400 Volt -Amp continuous capacity. BBS must provide for utility service isolation when in operation. The minimum rating for wattage output will be 950 watts. The BBS shall be capable of running an intersection with LED lights (for Run Time consult manufacturer). The unit shall operate off-line, with transfer time of 2 ms or less, with battery condition indicator, with automatic test provisions, and with hot- swappable batteries (all batteries in system). BBS will automatically recharge batteries from full discharge to 95% capacity within 6 hours. BBS will provide on- line operation for a minimum input of 92 to 145 VAC, provide full load output of 120VAC — 10% / +4% at 60 Hz +/- 0.05% over a temperature range of -37° C (optional adder) to +74° C and be a UL Approved Design. For Safety and maintenance the BBS shall not exceed 28 pounds. The BBS unit will be delivered with maintenance manuals and schematic diagrams. BBS Unit Minimum Features 1. 1400VA 950 Watts, with quick make/break connectors and plugs. (Systems requiring hard wiring termination to/from the inverter are unacceptable). 2. Surge energy withstand 480 Joules, 6.5kA CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -194 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 3. Common mode clamping 0 ns < 5ns typical UL 1449 4. Conditioned power — Computer quality 5. Transient lighting protection — 160 Joules 6. Transfer to battery time — 2 ms 7. Retransfer to utility — 2 ms 8. Each battery shall be 24 volts @ 18 AH with heavy duty Anderson plugs and isolated fused (dead front panel mounted 30 amp) connections to the BBS for greater system reliability and ease of maintenance. Series wiring is unacceptable. 9. Fan cooling shall be fused for locked rotor current. 10. Cooling air shall be ducted to cool the front and back of each battery with air space on all four sides and top of battery. 11. BBS covers shall be 60% open on both sides to diminish the environmental effects of extreme temperatures. 12. Includes USB & RS232, DB9 Computer Interface Ports. 13. Low voltage safety design at 24v DC. (Higher voltage DC systems are unacceptable). BBS Communications Module All inverter connections shall be made without the use of tools. This includes: A/C -Input, A/C -Output, Normally -Open, and Normally -Closed programmable contacts. Smart Slot Relay 1/0 Module; Input #1 Turn the BBS on. Input #2 Turn the BBS off. Input #3 Start the BBS self -test. Input #4 Shut down the BBS (when on battery). Output #1 The BBS is on -battery (during a power failure, self -test or run time calibration). Output #2 BBS has a low battery — Programmable. Output #3 The protected load is not receiving power from the BBS. Output #4 Replace the BBS batteries. Output #5 The BBS is overloaded. Output #6 Any BBS fault or self -test failure. Batteries Batteries shall be maintenance -free, type AGM/VRLA (Absorbed Glass Mat / Valve Regulated Lead Acid), such as APC Smart -UPS RMXL or approved equal. Batteries shall be independently pre -wired and individually fused. Batteries shall be furnished with heavy-duty 50 amp rated silver-plated Anderson Connectors. 100 Amp internal fuse by Battery supplier. Batteries shall be lightweight for personnel safety and protection plus ease of installation and maintenance. Batteries with a weight of over 26 lbs are not acceptable. Enclosure Temperature Compensation Operating temperature shall be a minimum -37° C to +74° C. Power System Analyzer and Conflict Resolution Module The system shall incorporate an integrated Power System Analyzer and Conflict Resolution Module. The Analyzer will evaluate and make limited adjustments to the incoming utility power and will automatically transfer load to the battery back - CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -195 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 up power if utility power is lost. When utility power becomes available, the BBS will analyze the power to verify stability and return to normal operation. The system provides automatic BBS failure detection and automatically isolates the failed BBS and locks the unit on to utility power. Once the failure has been corrected, the system will return to the normal operation. Triple Bypass System For Offline BBS 1. Smart Power Analyzer with Conflict Monitor Isolation and Transfer Module (SPACT). 2. Power Conflict Monitor (PCM): The PCM monitors load bus power available continuously. If load bus power fails for 5ms the PCM will transfer and isolate the BBS and guarantee that commercial power will be locked on. 3. Watchdog Timer — Redundant 5 ms delay and hard transfer to utility power. 4. The outboard Smart Transfer Switch shall not interrupt the normal controller function. Transfer time shall be 2ms. 5. Onboard Smart 1/0 module will execute lockout of battery backup system upon Smart detection of any inverter BBS fault. If BBS resets itself, it will automatically be available for backup. 6. ON Inverter to timed relay for Full Time control of Output, 0 to 10 hours. Smart Battery Charger Shall charge from shut off discharge to 95% fully charged in less than 6 hours. Batteries shall be ambient enclosure compensated to less than 1200. The battery charger shall utilize Smart Cell Technology to extend battery life. Intelligent Battery Management The system shall regulate under and over voltages without switching to battery. A Battery Replacement Warning shall automatically perform a self -test every two weeks. This will issue an alert to the user if batteries are degrading before they wear out. Through software, or the push of a button, self -tests may be performed at anytime. The battery charging system shall be microprocessor controlled to precisely charge batteries in less time than legacy BBS systems. Hot-swappable Battery Replacement A 60 second, user friendly, hot-swappable battery replacement system shall be provided to save the time and expense of returning the BBS to the factory for battery service and allows safe and easy replacement of batteries while the system is up and running. Replacement battery packs shall be shippable in a reusable box for convenient return of exhausted batteries to a recycling center. Testing Manufacturer shall provide a certified test letter for each UPS system certifying that the equipment passed all manufacturer performed testing per national codes and standards. Warranty Manufacturers shall provide a two (2) year factory -replacement parts warranty on the BBS. Batteries shall be warranted for full replacement for two (2) years. The warranty shall be included in the total bid price of the BBS. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -196 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Included Design Options 1. Automatic transfer switch (ATS) and Generator 30 -amp external reverse service plug. 2. Keyed lock (Core or #2 Corbin) 3. Heater with thermostat 4. Two (2) conductor shielded cable to be installed between the signal controller cabinet and the UPS unit to enable signal flash operation following depletion of batteries to established minimum. Ten (10) feet of slack shall be provided within both signal cabinet and UPS cabinet. 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. 9-29.25 Amplifier. Transformer. and Terminal Cabinets (February 24, 2012 CFW GSP) Section 9-29.25 is supplemented with the following: Where noted on the Plans, terminal cabinets shall arm poles. Terminal cabinets shall be mounted at a maintain ADA accessible pathways. be furnished and installed on mast minimum height of seven (7) feet to Numbered terminal strips shall be installed in each cabinet with sufficient connections to accommodate all necessary wires and specs as shown on the Wiring Diagram. The unit shall be fastened to the pole shaft with a minimum of three (3) self -tapping galvanized metal screws employing minimum 1 -inch -diameter flat washers on the inside of the cabinet. CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -197 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 Following installation, an epoxy sealant shall be used to provide a rain tight seal between the pole shaft and the cabinet back. SECTION 9-34 PAVEMENT MARKING MATERIAL 9-34.3 Plastic 9-34.3(4) Type D — Liquid Cold Applied Methyl Methacrylate (March 13, 2012 CFW GSP) Section 9-34.3(4) is supplemented with the following: The methyl methacrylate (MMA) material shall be formulated as a long -life durable pavement marking system capable of providing a minimum of two years of continuous performance. The material shall be a catalyzed methyl methacrylate (MMA), wet -continuous reflective product and placed shall have a dry time (cure) to the touch of no more than 30 minutes. The material shall be capable of retaining reflective glass beads and ceramic micro -crystalline elements of the drop -on or spray -on type as specified by the manufacturer. The binder shall be lead free and suitable for bituminous and concrete pavements. 9-34.4 Glass Beads for Pavement Marking Materials (March 13, 2012 CFW GSP) Section 9-34.4 is supplemented with the following: Methyl Methacrylate Pavement Markings Optics Glass Beads Surface -drop glass beads shall be the "Utah Blend" with a Methacrylate compatible coupling agent approved by the material manufacturer. Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded Core Elements Surface -drop ceramic elements shall be the Series 50M or 70M with a Methacrylate compatible coupling agent approved by the material manufacturer. Elements shall meet or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM 2176. The bonded core reflective elements shall contain either clear or yellow tinted microcrystalline ceramic beads bonded to the opacified core. These elements shall not be manufactured using lead, chromate or arsenic. All "dry -performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when tested using the liquid oil immersion method. All "wet performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 2.30 when tested using the liquid oil immersion method. There are two gradations for the bonded core elements, standard size and "S" series. "S" series is a slightly finer gradation of elements compared to standard. Element Gradations Mass Percent Passing (ASTM D1214) US Mesh Micron I Standard Elements I "S" Series CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -198 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 12 1700 80-100 85-100 14 1410 45-80 70-96 16 1180 5-40 50-90 18 1000 0-20 5-60 20 850 0-7 0-25 30 600 0-7 A sample of bonded core reflective elements supplied by the manufacturer shall show resistance to corrosion of their surface after exposure to a 1% solution (by weight) of sulfuric acid. The 1% acid solution shall be made by adding 5.7 cc of concentrated acid into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the water, not the reverse. The bonded core elements are surface treated to optimize embedment and adhesion to the MMA binder. Elements treated for use with MMA shall have identification on packaging or label to indicate use with the MMA binder. Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. Reflectance Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity is averaged over many readings. Minimum Retro reflectivity results represent average performance for smooth pavement surfaces. Values represent both standard and "S" Series elements. Results may vary due to differences in pavement type and surface roughness. Increased element drop rate may be necessary to compensate for increased surface area characteristic of rough pavement surfaces. The initial retro reflectance of a single installation shall be the average value determined by the measurement procedures outlined in ASTM E 1710, using a 30 -meter (98.4 feet) retro- reflectometer. RL shall be expressed in units of millicandelas per square foot per foot- candle [mcd(ft-2)(fc-1)]. The optics incorporated into the pavement marking system shall be tested and certified by an independent laboratory to meet ASTM E2177 for wet -recovery and ASTM E2176 for wet -continuous performance levels. The pavement marking system installed shall meet a minimum Dry reflectance value of 700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement markings and wet -recovery (as described by ASTM 2177) reflectance value of 375 MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement markings, and wet -continuous (as described by ASTM 2176 testing) reflectance values of 150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow pavement markings as measured with a 30 meter device approved by the Traffic Engineering Division (TED). The Contractor will be required to take and record readings every 500 feet utilizing a 30 meter device approved by the Traffic Engineering Division. These readings shall be recorded on the daily report and submitted to the project engineer at the end of each work day or shift. Minimum Initial Retro Reflectance Values CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -199 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 White Yellow D ASTM E1710 700 500 Wet recovery (ASTM E2177) 375 280 Wet continuous ASTM E2176 150 125 END DIVISION 9 CITY OF FEDERAL WAY S DASH POINT ROAD IMPROVEMENTS CONFORMED CONTRACT DOCS SP -200 PROJECT #212 / RFB #19-008 CFW SPECIAL PROVISIONS VER. 2019.09 O Z M c� ' �M r Z= O� �Z �LL se UJ Q ZW Q 0 JCl) QO Z Lu 0 Q V/ 0 L LJcr N 2 a 0 0 Z Cc, oz a 0 1 0< in I =)< aCkf Li \ w ujLn wwD o Li �� � =oc� �a owr owao x V) V)0 0V)0 I W3mz Z L� LjJ OW JFn'W �W j o O O 0f M CJ I O O > O m W m D] s z J -- 0 ZW O � w O 0 U) • • - i U ZOW �¢ ZU O in¢O Z¢mZ •• Zw �� 0~o Z •�• w Z¢Z DQ z O d X ¢ 1 X�w -- WU(n � LJ z w ¢ • V~)• • Xw � \® W V)LD Z • C7 •z• XOU)w WDWo %? w¢ Lq •a_. 0 0 z Ln I JZ0Ir -- I J_00 N OOLY} L,�<m L' 2. I .;V) ,.�. w kvM3niaa .. .I'. _ WLi N �W K YZm a W Lr 80 _ a C-) =) CD 9oC) dwva aano 00 000 zLd N¢F }d Lr z ¢ v � 2� wuim LdD V) x N O� UU Vj bi J Z N �¢ w Q F W W x mF- HZ Z W U W Z W O W �n V) zo zm 0 o F- z �o z¢ Om w Li 3 a o w x Oj0 Wui _ V) a~ 0 o 0 oW o wZ wOZJ :Fc Oma¢ �a wx 0 d' ¢ a o 3o mY zJ D¢ Own' z N W'} V) U ;W OW W F -I Z x V) of m on �} OOU ��li w OWm wxp 0� MH H Y F-3 Z_W I x= w I =0 V) W <�iw 2 F O W I F W Z O � a O0 V) ri dzF a?ww -j j�z aw F ¢ w o zpw D o m ¢ w W W > J Of ¢ V) oz� in¢0 00OF \¢ OON� } \� � ¢ M m r En OD x j \m Mx OW w W / Qm W¢ J0� Q0o U� ?w z oo 0 x ~ n�W WHL U Ll- W00 Wdox OQ W (nzm Wr --t z U 0 J 0 2 � wUVWi (.CLJ CD \0 HJV) z V7 0 H H J Jm= ¢ U Z J w H xM N ¢ m 3 zo0 0 ODH DUH Ln 0 0 0 Q U Z� 0w? ULiz 0 V)w0 z�- Uw w W ¢o IZ— ?FF NY Zg <F wN ZgM< 0 n U O n o V) z z z¢ O a 03 V) U) m Z �w� �WU— zmO� Z U O�� Hwy Oo� zma ZI O m a no nz o AN zm� 0 JF_ OJ- �z0 Vj (nz 0J3 �� ¢� ca - Z== Z=QZ wUJl Z=0 Z� 2 F_Q 0 (� ¢neo <Lnmo 0OV) mow- m�z d� Ln0 ti =i > of w a¢ W a Jv QFJ xL)w J z� Waw owa Q Z 0 DO IB �F- wWZ zw� ¢F zw3�F ¢L w wF w� <W< Hoa ¢L Xa w J ¢¢ -Ln O ¢0 n ¢�Jw ¢�F ¢X ¢0 W 0 inn z � M n N m Fn z 0 L7 m V) V) m W 6 m¢ 6 O I-: QO ¢ O Z M c� ' �M r Z= O� �Z �LL se UJ Q ZW Q 0 JCl) QO Z Lu 0 Q V/ Ch .9L z LU Uri IrU U O0 � No Z O 7 U N oOf U w W N H �Q W o xIt x U Z U N U a p Z I� N O a W I�. o M m J m o o z Ch .9L Uri O0 � No oOf '9 U O ocr p Z Wft pa CL O w W N g .• J W OO W I� O �rn U I�. o W o J m o o z Z D J9 O : .Z L K t5 0 D m U U L� L� a Y U O J m U Ld a- O U � J Q m a z 0 x ww CL M ~ Wc N cl C W N O K a a o x � � J o z M O p o M � W N m % (n C ~ Z CV Y] d Z o M J r W M� MWM Ix m U I U Y J M 0 d3 .9L .Z/L M = '9 U O Wft pa CL Q W OO Q w a O U � J Q m a z 0 x ww CL M ~ Wc N cl C W N O K a a o x � � J o z M O p o M � W N m % (n C ~ Z CV Y] d Z o M J r W M� MWM Ix m U I U Y J M 0 d3 CEMENT CONC. BARRIER CURB —\ 5' MIN. TRANSITION SEE NOTE 2 SIDEWALK SEE NOTE 1� EX. SIDEWALK CURB &----- GUTTER DETECTABLE WARNINGS 4' MIN. 5' MIN. TRANSITION SIDEWALK (TYP) SEE NOTE 2 FDISTANCE WILL VARY - SEE NOTE 1 N Q SAWCUT MATCH LINE (TYP) 00000000000 EX. SIDEWALK 00000000000 2 00000000000 00 0000000 SURFACE -SEE DETAIL L5% MAX. \\/—/DUMMY JOINT (TYP) CENTER OF RAMP AS SLOPE MARKED IN THE FIELD CEMENT CONCRETE BARRIER CURB PER DWG 3-4. TOP OF CURB TO BE FLUSH WITH TOP BACK OF EXISTING SIDEWALK TRANSITION SIDEWALK TYP. EACH END OF RAMP, AS NEEDED - SEE NOTE 1 NOTES: 1. THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN THE CROSS—SLOPE PERCENTAGE OF THE NEW AND EXISTING PANELS. (I.E., EXISTING PANEL CROSS—SLOPE IS 4% AND NEW PANEL CROSS—SLOPE IS 2% FOR A DIFFERENCE OF 2. 2 MULTIPLIED BY 1 FOOT = 2 FOOT TRANSITION SECTION). IF THE NEW AND EXISTING CROSS—SLOPES ARE EQUAL, THEN THE TRANSITION SECTION IS NOT NEEDED. 2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; OR 'X' FEET ® 8.3% (WHERE 'X' IS EQUAL TO THE LENGTH REQUIRED TO ACHIEVE 8.3% MAXIMUM SLOPE), BUT NOT TO EXCEED 15 FEET IN LENGTH. DETECTABLE bvARNINc SURFACE SHALL BE YELLOW, UNLESS SPECIFIED OTHERWISE DETECTABLE WARNIN( SURFACE (SEE DETAIL) FL_N - EhL—EVATI ;ETE T,T`,LE T\TUI N,' ` \EF ;,'E INET=.IL MAR 2017 CR► oc����a PUBLIC CURB RAMP IN SIDEWALK DWG. 3 8A �l NO PLANTER STRIP ® 0 DETECTABLE WARNIN( SURFACE (SEE DETAIL) FL_N - EhL—EVATI ;ETE T,T`,LE T\TUI N,' ` \EF ;,'E INET=.IL MAR 2017 CR► oc����a PUBLIC CURB RAMP IN SIDEWALK DWG. 3 8A �l NO PLANTER STRIP II 7 z § U) \±\z LL >o ?\§\ 0 0 /* ��a- } { mmo/ m/ §ƒgm z LU ® LU =ems§ °� ®z e ® }3/z :|) ,z� Lu I » /z _ _> =m (A§ 2±� \ o \\ {//}\ o rze= \/& 2 co \\\\\ 7<0 ` \H (�� rL: `L� 22< §\:--- ` j/5 j/o\\ 2^ 6007LU < , ff -- - -- §_/ =\}r= LLI: //\\\j I<-- &+*2i �= zoo �z�e� << &5±3i E±[=EL0o= *2zz* r=c 333_= §§L °/j// / oa< }_—j__ r coa eem<e § w a Of co mm» Ir K\ 0� \\ ; ; [j � � \ 7 » & oc §` \\ °co �j z k \ ± / �� »• ~ 4 ƒ )} \ j) \\ _ s 7/ . \\� < a- ^ �� w cl \w Q �j § �\ S} j , - c < z Of 7 Lu DLIj :, 3J . — — — — — — - — — ------------------------- -- -- - ! 0< F-- 7: , , ww \ cr - 3 lo (/<\ }§j e \ II U Y J M 0 a3 cx W K N vi z Z U z J ma O O Z 1w D W _ O� F U p Z U 00 M 0V) O N Z w J W X C-1 V) V) Q Z O Q O V) N z \ W w Oma= xLLI a N 0 W w c� ZD < j W N 0 Q M � W ° J = LLJa H ! X W W O y p N 0 of Z Ld (n L N U z J o g a � O U Q Q a O L` 2 CL O W N ~ O WS i Q 2 OZ a Z F- re— Y W .0 ' y V W w H W 0 O q \ 00 Q rxmN N Q W Q W ,t Lj 0 � W p y = U 0 z d p p Q W Q vi N Z U J Q C� W O 0 V W N V a y O N j p W v y z ~}o O� Z a W M O Q M_ M v v N 46 O p N(� Z_ Q Z N Q a' z QJ J U O M ~= v Y 3 N m c� J za Q M oZ = H W J Y W N z I a W Z M: 0 � O0 w UJ W > N 0 z a U 0 O W LLJ2 W 0 Z OU W Q N H O z N M O N Q W U Y J M 0 a3 a 0 O W N. Z J w U U > J Q w J W 0 p Z Z ¢ Q a- Ld J WO J m U m 0 IY LLJ (nWU Q g~ 0 Dp L �p� Q ~ F ~ Un (Z (n p UZ w (L U �LLJ < U < �gcnz z 0� zoo Zm U '— C-) N LLJLo ~� —v m w� w w� w Doe Q W pw m 0 m }_} N Q=mm Un � �a- J :2, �O F W Zw J UQ DLL- DQ 2 mU) 0 m�0 m O�JQ I- OJC� m UlZ O� U O(LU m Q Z Z Un -� Q Z W (Y W Z2=Un p W m J0 m W 0 Q� (Y Q (Y � Z m J I- W Ur p (Yp J (rLdUnCD _� =U DQU �>- � Z UY ~ UZZ 0- ~O J� Cf) _j LLJ Umg p �N = �LLJ NLLJ = 0 Q �pY� �Q =W cn0 0 ::5 LLJm� pm~ pWLd ~ U Z vi Q�Q� z� �'�' >v �`'� vi �� ��� w o ILij --- E��UY E� (nw �� �wZ � - � W o � Wo 0 w O ww �m Q Dw O Un Ln I m Z U te= I- U 0- N W m Z Q W p m W p0 O H Un - �' p J z(nw0 JUn JW a� WUC7 U Lp 0 Lp0 0 O I W O��J Q� QU �Of 3: L` w �cwi) z �cwi)z W m z aQ z �� w C) DC) e W W ry W (Y F-- I- a_W Q Q 0 � m� Q N m r-) -Q- -d-Q Ln Un Un Un (o I� U -)w 00 U w JLij Li w � J Cp J J O (L W OLi 0W � � J 0 w � JO � Z W Z � �w �w � �w -0 -J W 0 W 0Z W J w w >- W (n W U U w � Z (n o � LL- � Jg in w � F-- w J J }aLLJ _ w U W � J W Z Z_ (n F-Ld - w U N w W w Z J � � � z z N � p O J � w � � w � � N W U p >- w X Z � � p W ~ VLLJ LLI ) Z o MLUY CQ G Z W Q a 0 W NU) U (n J 1' lY (L d O W U W o m J w � p m m e w F- O Z o MLUY CQ G Z W Q a 0 W NU) U (n J 1' lY (L d O 0 /z co V � M O (n =y M of O 0 W WU Z LL W s N o Z m = J O W LL. z J ~I� W Z O J W -J 0 �- _ ~I� z J O < (.D O W ?i O� W z > � W OJ o F J O LLJ z �O O W Z Z W �t U) W� �o W Cf) .. O OW N (n 4- C/')< _1 - W O Ln z O Ln W Ln W ~ W �_ W Z_ JAV U 1 v W J ry D J ^ O (� W ~ m N W L W W z N W a_ J D N W a_ Of J Z i N - e e � cn `" m Q Lii ^ W a_ of N �I e E W a_ O Z � W � W a_ I- Q m U U U LWi LL- Q LL- � U < O O O J LLJ O z O WW J O O z W0 z N W �O Z z O U Z � J W O W0 U W F -- w LLJ W Z LLJ �W " W W� �z W W �% aocn 00 cn ao cn Ln m 00 Of 00 J LLJ — N o J J LLJ O 0 _ Z W W W W (n ^ z cn �0 JW O �LLI W LLJ z J / Ln LLJ� J WJ D� �O W 0 J OZ z N Nz JLLJ W z J LLJ a_ W W W WW W WO N LLJ Oa_ 0 /z co V � M O (n =y M of O -e § ° w y 2 / Q IE \ Z \ § �E Q- \® w £e _� »: — \ LU LD Q \D a) 3: / \/\/j E/—=` e \\p2% 0 3: Z ƒ\ {\(\: 0 LU of—=0 \� /3\/S \ » : , 2 3 @9@5\ G =/=j C: 9/ ' CY) 4 + .—S c Q) C: C \/»0 0- % 11 , , , &&w w & \Ao�u /UU ^m _9� ae \ >2 «, of ?E JJ ° 22 * ®@wS *©mw` J ® 0U < � Q \ = w D j2\/ 2 u &\2\ / `\ } E -E }E y 2 / c ± \\ to:� s zS &7 ? /\ƒ\� o %f �sge {}z G%�£ o E»J//2§ , U °°x =eK • / 0 e //\ &2/ U) w W � � Q � � Z W 2 W Q a. 0 W � � 2 U Y J M 0 a3 0 O a 0 O Z Q d Q) E C O Ir Q) -�--0 C- Q) U U 0 N I Z -n O J I I } °O zcn J 00 J Q Q 0 z UW cn I C/)0 c~i� O 0 LO U °O W 0 N N 0- N I W b 7 Z J V) N JQ CL In CL Of Q0 0 z 0 •c p O Z Q J Ln z Q N I N 0 NH F- 0 Q U ry C -) O � 0 0 z 0 0 N Q U 3 N 3 CL M W W Cl N W W N d' J (/1 Q 0 M I I Z N J J H d' N m m N LJ N W N N N N N I N W J J N J N W m N W in -i C7 N a W Z I r} F- Y J W Of 0 Z � m J d' 0 N Q F" LLJ C W H CL Z � ofLLJ Q 0W W Q QE = N Z Q Y — W Of H -- 2 m a 2 U Y J M 0 a3 0 O cn i. Z 04 WW wa- iE 0 (A Z .5z ax J \ w zx z -i 0 U) .0z2W U, z H2Z Z g Lo m H wo CD (A 68 z ZI O:z 1H013H A83>1008 I<L Lml: 'R �� a ul, > Z L'u, LL C) "If o wOf .0-'s MM C)U) Z w LLJ Rw iHO13H LN31I)INVI11131'\/ 0 0� 3:: F- < w LLJ 0 LLJ LL, C14 IQ Ld D Z W" LS ozm-) s W W w "o'-, O z LLJ ooz a - (A :3 0 cl) 5- >< 0� 50 m O ?�E ULC, L) z m C) LOLJ C, U,) CL LLJ -j z Olzwix, LL. M u-, 4 d CL 0 -s Y;7,0 V, 0 (f) < U) Z 0 M (3 0VI ?i m M zo, 0 LLJ U) LLJ LLI 0 cr Z2LLI M:8 LLJ LLJ LLI < �(-) 0 LLJ LLI M: (If CE X 0 L� 0� ::i LLI w Ul (n vow F -- CV Ki 4 Lri (6 0 Z L) V) =i Y M O CL SEAL JOINT EXISTING ACP ----\ NATIVE SUBBASE SEAL JOINT EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BAR .25' MIN. NATIVE SUBBASE SEAL JOINT EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BAR _ .25' MIN. NATIVE SUBBASE PAVEMENT RESTORATION MINIMUM 3" HMA CL J" LIMITS, 1' BACK FROM PG 64-22 (COMPACTED DEPTH) EDGE OF TRENCH OR MATCH EXISTING (3' MIN. WIDTH) WHICHEVER IS GREATER %• • �c%•=%• • =i EXISTING BAS2 ----- • I,• • • I,• • • 1,• • ♦ I,• �� ACP TRENCH RESTORATION 5/8" MINUS BACKFILL FOR TRENCH 1,2 PAVEMENT RESTORATION MATCH EXISTING DEPTH LIMITS, 1' BACK FROM PCCP PAVEMENT IS TO EDGE OF TRENCH EXCEPT BE CONSTRUCTED PER IF WITH 3' OF JOINT THEN WSDOT STANDARD 5-05 REPLACE TO JOINT 3' MIN. WIDTH 15' MIN. a d ......... �— EXISTING BASE - 0.5' BAR LENGTH PCCP TRENCH ' MINUS BACKFILL RESTORATION FOR TRENCH 1 MATCH EXISTING ACP PAVEMENT RESTORATION COMPACTED DEPTH LIMITS, 1' BACK FROM WITH HMA Y2", PG 64,-22 EDGE OF TRENCH EXCEPT MATCH EXISTING DEPTH IF WITH 3' OF JOINT THEN PCCP PAVEMENT IS TO REPLACE TO JOINT BE CONSTRUCTED PER 3' MIN. WIDTH WSDOT STANDARD 5-05 15' MIN. d V EXISTING BASE ' 0.5' BAR LENGTH 5/8" MINUS BACKFILL ACP OVER PCCP FOR TRENCH 1,2 TRENCH RESTORATION NOTES: 1) FOR TRENCHES LESS THAN 18" WIDE, USE 100% CDF FOR TRENCH BACKFILL. 2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT—OF—WAY SHALL BE MIN. 5/8" CSTC. JULY 2014 �� oEMOMy PUBLIC TRENCH RESTORATION DWG. 3 28 O a z Do CD N p M W O w LU II— II'' V!—^– o0 Z aP O ,,Z^^ V a� On Vi p NW p li 2� w0 RLL U Y J K m0 d 3: I I I II Z 'II 'Il iII I U w O �o 2 .II `7 Q I Zf I I �O iII N �IN I of C I I w `° L » Oa N iII m }a 0 v i I Z U z t- N N 0 S W U II \Z LO > Of II IJcn N Q } I ckf in J W JQ Q C L� I } W WO OW � 'o i Y U �� FL-' I a a(n Z0 m mF Wo wS OZ–Li0 i I oir S SO O U W3QW 0xwv)a i I ZZ ma W Q 3 w a w wzw J WOf I aw r D Z<J w �`"LLam O w N Q Icr Cl) Q O U it a of D� :Yj•.. X01 OLJU Z` ii:a O O a N ����� ♦��. ♦���♦ ♦����♦ ♦..�. W Ce �����������♦ ♦��� t- p N O LO ............ :..o z 0 � I ¢ U CE ♦���♦ ♦����♦ ..,., ♦���• ,,... a N S w0 w I H H H W K Y I a a a � , ,.. ::::::: .,.,• r i Q U w N W oz 11 J0 Z~ a ::; ;;::: I I 0 � J W w O N Ckf Z W T S O U U Z O H Z Z O N UZ O I V I N W W U W o W a I I �w ��aa O Z Of II US �:::::: � Zof 000 W LL W 0 C m ;........ .. �. 0 I I a Q w UQ� af `.�...-... z t-� 0 I I w ::::: 1Z::::: .�.�. :..... :::: .... w I > z ♦��a a I Na �......... ....0 I w o ::::::::. :: I 11 11 11 II II ` I I 11 I i O a z Do CD N p M W O w LU II— II'' V!—^– o0 Z aP O ,,Z^^ V a� On Vi p NW p li 2� w0 RLL U Y J K m0 d 3: CANVAS WEB OR RUBBER TREE TIE Li w Of 2' MIN F w 2"x2"x 8'-0" WOOD 0 V-0! TREE STAKE (2 TYP) MIN. 4" PERF. PIPE, FILLED FINISH GRADE WITH DRAIN ROCK WOOD CHIP MULCH N � � SIDEWALK ROOT BARRIER --- -- -y- (TYP., BOTH SIDES) BACKFILL WITH CLEAN----- NATIVE LEANSNATIVE SOIL 1'-6" MIN. REMOVE BURLAP FROM NOT TO SCALE NOTES: TOP 1/3 OF ROOT BALL ADD 3" WATERING RING PLANTING: MIN. 2X ROOT BALL IRM NATIVE SOIL 1. Dig hole 2-3 times the width of the root ball and as deep as the root ball. Do not make hole deeper than root ball. 2. Remove containers, biodegradable pots, synthetic or treated burlap, wire, twine, or ropes. Leave natural burlap in place and fold back. Loosen the roots and spread or cut circling roots. 3. Place top of root ball even with or slightly higher than soil grade on firm soil. Do not add soil amendments or gravel unless approved by Public Works Director. 4. Install 4"x 24" perforated drain pipe; fill with drain rock. Pipe shall not extend more than 1/2" above finish grade. 5. Back fill with clean native soil. Firm soil around the root ball; water slowly and thoroughly. 6. Mulch around tree with 2-4" wood—chip mulch. Do not place mulch next to trunk. ROOT BARRIER: 1. Root barrier shall be rigid High Impact Polypropylene treated with UV inhibitors, minimum 18" height, with 1/2" raised vertical ribs 6" on center, or approved equal. 2. Install root barrier in continuous 12' strip, centered on tree, next to sidewalk and curb according to manufacturer's directions. Exposed edge shall not extend more than 1/2" above finished grade. STAKING: 1. Use 2, 2"x2" by 8' long wood tree stakes. Do not drive stake through root ball. 2. Attach tree to stake with canvas web belting or rubber, using a figure -8 formation. TAGS: 1. Remove tags after inspection. REV JAN 2019 CUTM PUBLIC STREET TREE PLANTING DWG. NO. WORKS IN PLANTER STRIP 1 3-29 F- c� w c� z F - z 0 c c 0 W W Q) c� z w J I— L� Q N I FA 4Y2" O.D. ALUM. TUBE .188" WALL ALLOY 6063—T6 SATIN GROUND FINISH 4Y2" 0. D. 2" N.P.S. SLI PFI TTER � MIN. HAPCO 41 SERIES AND VALMONT RTA POLES MEET THIS STANDARD. 0 2)— 1/2" 13 N.C. STAINLESS STEEL -HRU—BOLTS, NUTS, AND NYLON WASHERS. 063—T6 ALUMINUM ALLOY SHAFT, TAPERED FROM 8" TO 4Y2", 0.219" WALL THICKNESS SATIN BRUSHED FINISH NOTES : 1. POLE ASSEMBLIES DESIGNED TO SUPPORT MAX. LUMINAIRE SIZE OF 1.5 SQ. FT. E.P.A. AND 60 LBS. IN A 90 MPH ISOTACH / 120 MPH GUST VELOCITY WIND. 2. 4043 FILLER WIRE USED FOR WELDING. 3. ONLY THE BASE FLANGE WELDS ARE HEAT—TREATED. 4. BASE FLANGE SHALL ACCOMODATE 1 1 " TO 12" BOLT CIRCLE. 5. (4) 1 "— 8 NC STEEL ANCHOR BOLTS ASTM 2" 11Y2" DIA. A 576, AISI GRADE 1021-1046, 50,000 BOLT CIRCLE PSI = MIN. YIELD MEAN DIA. OF ROD f;— STOCK 0.908 f .01 1 ", OUT OF ROUND r I j TOLERANCE : f 0.012" ROLLED OR CUT THREADS PER A307, CLASS 2A, TOP 10" 8 — #7 REBAR AND GALVANIZED PER ASTM A153, COMPLETE #4 HOOP REBAR WITH (8) 1 " 8NC GALVANIZED STEEL HEX 1'-0" CENTERS NUTS e, (8) 1 " GALVANIZED STEEL FLAT WASHERS. 6. CITY MAY ACCEPT OTHER BEND RADII AND r1 Y2" DAVIT ARM MOUNTING ANGLES. I HANDHOLE (4" X 6" NOMINAL) I NON—FLUSH TYPE, COMPLETE WITH REINFORCING FRAME ALLOY 356—T6, COVER AND S.S. HEX HD. SCREWS �11Y4" 13 NC S.S. 2" SCH. 40 Y2" — PVC CONDUIT BOLT W/ S.S. 4"-A k - SPLIT WASHER AND S.S. FLAT CLASS 5( 1Y2 PORTLAND CEMENT WASHER CONCRETE(3000 psi ). 3'x 3' SQUARE OR 3 DIAMETER BASE. SECTION THRU HANDHOLE 5Y " 4 CD � I co 1 _4 i Rev. NOV 2014 cc\ � o EMO PUBLIC LUMINAIRE POLE D3 39O rOaoW H Q a5 �0 L J W mJ a zwr cn0 N z U Z W w - 0 0 Z WW m W m U Q w a _:m_ V) O w wlMi Q a^z Z� v a m 2 U 'Ifx 0<L U 2 m a Ll ❑ Fj ALL NUMBERS/LETTERS SHALL BE B PAINTED BLACK ON THE POLE FACE NEAREST THE STREET. PAINT SHALL BE B 2" BLACK ALKYD GLOSS CONFORMING TO FEDERAL SPECIFICATION TT -E-489. FEB 2011 �R SM0 WRY PUBLIC LUMINAIRE POLE NUMBERING 3-39B XXXX = SERVICE CABINET LOCATION X NUMBER BASED UPON A CITY DEFINED COORDINATE SYSTEM X X YY = THE SERVICE NUMBER, WITH MOST LOCATIONS ONLY HAVING ONE X SERVICE CABINET, THUS NUMBER 1 ' AAZZ = CIRCUIT DESIGNATION NUMBER: y EXAMPLE IS STREET LIGHT CIRCUIT 10 = SL10 Y BB = POLE NUMBER WITHIN CIRCUIT A LEADING ZEROS SHALL BE OMITTED A Z ALL NUMBERS/LETTERS SHALL BE TWO (2) INCHES HIGH WITH TWO (2) INCH Z VERTICAL SPACING ALL NUMBERS/LETTERS SHALL BE B PAINTED BLACK ON THE POLE FACE NEAREST THE STREET. PAINT SHALL BE B 2" BLACK ALKYD GLOSS CONFORMING TO FEDERAL SPECIFICATION TT -E-489. FEB 2011 �R SM0 WRY PUBLIC LUMINAIRE POLE NUMBERING 3-39B U Y J W m 0 a3 d 599 s a. a W LO> i\� L,J :2 O 0 LL- z G:� O U) W O_ i a- �wQQW i wF- I \ Q \\ Z U)LLJ _ cn�Li- OW� j Q O W U Lli = O U = O Z Z z 1121IdNmm :.. i cn U Q oO w ��Ol N� �oO � o Of U W _ O H W = =J m O g W I J a_ Q 0_ n I Z W \ p0 Z LLJ 0_ U Q (D \\ O 7) W LTJ O J IL O p r7 U) Z w D L,J \ JOS J J \ 0_ Q CD CD LJ Q C) U Q (Z (Z I O W <u p W \\ U) U) W 0_ I, LL-:. 00— Z Q \\i <y 0 w Q FW-C� �� 0W�LL, Q�(Z� Z Q Z z U p l = U) CD Q F- C.D `�9 CD � O W OJ p C) Z �O = U) z 0 I L,J � L,J -� = Q O m w _ F- U F- w Q C, YO _ID J �� Q > N _ O W ~W UDUU)_� W H� z pp m� w W p L,J p0 pp ZO Of co p �p�J� � ZU U7 LL.0 Q OQ U U OWp Zm00 0D ZOQ tZ� Op QUm W Ld Uw w W Z 0_ CQ J wOc~n��Q 00 a� ZJzz 0 C)Ln=� Q O� J Qa -i0 C) �� Q =cn LJ Www w z U)� = OQ3;:—LC) w LnD po p o'UQ�rnm - w0 Q J N 00 LL- FS- W Q W > z 0_ p W 0 = F- F- wC/)M �Q�� �X ct0cv0mE- 0_w Y Op w = U) z0 o'V) wmcn0 mUU) U> U p �z mW7 [ifLLOQ U)wy W Z� J�W(n 0 (n F -O J J� W = W O JJ�0 Qa-XW O�<^QO_�� Z� J z W -IF- Qw 0 U=)Omm � LJ Q C7 JZ=O=m Up W � 0_Q X F- = p� F- LLQ xF-0 Q g� LLJ Z �� O w D m F J M z c=nm�mQZ: m = F- W U) _ w � OU o- m O Om z Q U g 0_ X p N LL.I U) Q Z F- O W r7 > 0 0 U) U J OQ� p U m�Q'zJO�w -iU -1 Qn UQm O z~p w�zLLa- _ o XO 0 wQ Z� 00-WL.LJ000 LLJ W m Up �O Z3;:a_ N> J (%) W Q r La p W O W �o JZO L70 L,J m W O Z N U Y J W m 0 a3 d 599 & C /3LO / eel /2e / 0 0 G CD +�/* /3/ Eƒ\ /// / g / 3o+ 2 /ƒLLJ� 3 2 G /�� /LLJ 0 2/rz� 0 0 222 3 2g ye IU U G a /tea U2 2 / C) 4 C'4 a- ��Li /�� �� / 7 2// /0\// G- ? E 2 0 U2+ 2 ws 2 4 / O g I. //f N // 2 e of 33U p D E 4 / F- 0 // / 3 / +» gg .v/ oo / e O // // $ / ®© ®U o 0 g 0 / ' 0/3 o0 / 2 2U �a eO 0 « $ a // 0 a/2©/ // // =/® ® k� 2 7� �� 0ems ©e G �� ®/_+ g \ k U� p 0 3 5; ƒ//E/ >/ / k/ //j§ /�f/� �® (n of /� \ ©®\?2 ?� %f \ c/¥2� f / ƒ/ f®C)/w 22/9 s ® 2 U) ® 2O 22a c =� 2 2C) /2 2/ aE g 0 go32 / ± \ /ƒ/+ 3 4 /G a © + 4 e 22 . %0 p « / 2 O U 22 2 4 2 3 g I I0 f / // /c 2c L % 2 = 2274 gc Ce L / 20 /ƒ/ƒOg\ e\ 2 6 2 2 2w / ///2�&/ƒ/ /ƒ ƒ/ I \ </ D OI/\\/GR/ 2$ y/ ® / E2 CD ggY\GL3 \f /2 /0 / g o/ / /\/cn/0/CNL�/ �/ / / / // 3 3 e@ /a_ c)> 70 2 ®E _ R 2 U_ C) *\^q/=Ln/ // / x /ƒ ® c® Io_» 322 . e _ 3 m�0®0�a�/ / /I x 20 _NR32U 2 //~fix$®ƒ3 ® �� Uaƒ/Oce \ c- fo/--II /c II Z � R SCD IL a Q J � W C W � � W U) 2 W � U) � U) Z 0 � Q Z_ 2 M J J M= �2 li a W Z Z aW V H = V N Z J = W N 03 3t G7 0--1u L � V — V N r6 (U ' L * C J U') -O E C C ' w n n n 'x E O ro Q U (V 4. _ro V ra a J � 0 aZ �QX_0 U O C DC7 QviN �0 � 0 O Cly' ro 6 p ro CD- CD - C, " 'D C = foLn fo W 0 J ro Q L -d J a= L!'1 -i s = � I --I z z U z z U z z U oY 0 3~ —Es 0) C:� CD b EL aa� f6 �m --00 Q +4' + �O LLJ N � � Y M J V N O N O Y O m N CD o)L = p m -0 a) U w`jJ 4'[O70 D O U Nro o r U� im C7 Q N M N N V L = L 4L i U ,--� 1p 4L p 3 L V N Lam E"' z *'s E-_ .Lm o co co co o _ (n V V •�2 r6 G_ 0) C •� H V � � > � Q o N� C 0-0 p L w (n V C O M Q) O 72 J Oa M _0 Q) -0C ro C: E_ Z 4�; Ln r6 N O N a� O .0 -c '-' N L Ln — L .2 Z 7 7 7 x`O ce M M M C -j O ro ro Z O r6 Q roO N Q O C C7 N 3 L V N =Ln ro — Q in p' M r6 ate.+ r6 L 0) n L N Ln (n rc$C Z; 0- L Ln L z a a s _w C � V V 0) :. (u -O N N 0) •d) CD = •r0 r6 a..+ � rp C ME M = �a 0 0 0 V (p C_ II'` ro z rd rd L v L� L V Q '� O 23 r° U23 2:.2 0 �+ 0 U. V •V p V V— Z • V b fo co m V m J m w jj) Ln (n C. R Z N M Lrn 1�6 E R J R E �O w 3 m 0 vi vi a M V j a-' L ro O C O ro V v V L N ap ., a 0 O L � V — V N r6 (U N N (� C 4- C J U') -O x°' � w � � a� � C: O ro Q U (V 4. _ro V CD- O 4 ' r0 V 0 aZ �QX_0 U O N DC7 QviN �0 � 0 O Cly' ro 6 p ro CD- CD - C, " 'D C = foLn fo W 0 J ro Q L -d J a= L!'1 fo 6 >4 �_ 0 oY 0 3~ —Es 0) C:� CD b EL aa� f6 � --00 Q +4' + �O LLJ N � � Y M J V N O N O Y O m N CD o)L = p m -0 a) U w`jJ 4'[O70 vi a O O U Nro o r U� im C7 Q N M N N V L a_+ m M L 4L i U ,--� 1p 4L p 3 L V N Lam E"' z o �� �U 3C7 O 5.O 0_ (n V V •�2 r6 G_ 0) C •� H V � � > � Q o N� C 0-0 p L w (n V C O M Q) O 72 V (pL-0UL Oa M _0 Q) -0C ro C: 4�; Ln r6 N O N a� O .0 -c '-' N L Ln — ro a- U L = w r6 Q) L 4+ > -0 � CD- p� _0 V Y OLEO -j O ro ro Z O r6 Q roO N Q O C C7 N 3 L V N =Ln ro — Q in p' C r6 ate.+ r6 L 0) n L N Ln (n rc$C Z; 0- L Ln L z a a s ate.+ 0) C L V V 0) :. (u -O N N 0) •d) CD = •r0 r6 a..+ � rp C a..+ L N N�N .0 L N E w0 (Yl Eu C I C L rd o (p C_ II'` ro z rd rd L v L� L V r6 0) O C. C 23 r° U23 2:.2 0 �+ 0 V •V p V V— Z • V b fo co m V m J m — M Ln jj) Ln (n O Z N M Lrn 1�6 N Il- � r N 7 Z cD -0 N p > 0) _ POSTED SPEED (MPH) S1(FT) S2(FT) 25 -- 105 30 -- 140 35 -- 185 40 115 230 45 155 285 50 195 340 * ADVANCE LOOPS ARE NOT REQUIRED FOR TURNING LANES & MINOR THROUGH LANES SERIES CONNECTED LOOP 1-2 COUNT DETECTOR LOOP 3 (DRAWING NOT TO SCALE) NOTES: 1. USE XYZ LOOP NUMBERING SCHEMATIC, WHERE: X IS THE PHASE # Y IS LANE # FROM INSIDE Z IS LOOP # FROM STOPBAR 2. USE TX 25' LOOP FOR BIKE LANES 3. PHASE 2 IS ALWAYS d NORTHBOUND THRU DIRECTION O OJ d 4. ALL LOOPS SHALL BE CIRCULAR Lu O ~ O Q J Lu w U Z Lu Q I- 0 Z Q O O I-_ I-_ -STOP LINE REV MAR 2011 ��dQMMy wo KS SIGNAL LOOP SCHEMATIC D3 44 9 UL LISTED PER STANDARD #608A Mona POR USE AS mmcz DMMAM SQURmm MEETS EUSERC/PSE SPEC. TOP OF CABINET 82" MAX 16" .20" PEDESTAL HEIGHT) MAY VARY SO AS NOT TO EXCEED MAX. CABINET HEIGHT AND ENSURE 6" PROPER METER HEIGHT BETWEEN 48" AND 72" (OR CURRENT UTILITY'S STANDARDS. 6" COMPONENT SCHEDULE OMETERBASE: 100 AMP, 4 JAW, 3 -UNE U264 BY-PASS TYPE, 5TH 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: 1-100/2 MAIN 3-15/2 ILLUMINATION BRANCH 1-50/1 SIGNAL BRANCH 1-20/1 GROUND FAULT RECEPTACLE BRANCH 1-15/1 CONTROL CKT BRANCH ALL CONDUIT TO CLEAR TOWER CENTER BRACE OF CABINET BY 1/2" MIN. -SEE NOTE 5 4JMCHOR BOLTS PER WS STANDARD PLAN -10.10, NOTE 4. SHIM TO PLUMB HOOPS BAR EACH CORNER 3/8" DIAMETER PLASTIC DRAIN HOLE BASE DETAIL NTS r1" — 2", SEE NOTE 2. 120/240 VAC 1' 3W A -r4, METER 5. OCONTACTOR: LIGHTING RATED, 2 POLE, 120 VAC COIL, 3 -REQUIRED 0 C ® TERMINAL BLOCK TO REMOTE CELL CELL MAIN OPHOTO -CELL BYPASS SWITCH, SPST, 15 AMP, 277 VAC 4 HOOPS 7. OGROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A OO CONTRACTOR SHALL OBTAIN AN ELECTRICAL PERMIT FROM THE CITY BUILDING DEPARTMENT. TEST THE METER DOOR IS REMOVABLE AND SHALL BE HINGED ON THE RIGHT SIDE 2• • SWITCH CABINET: NEMA 3R, PADMOUNT, 1/8TH INCH ALUMINUM CONSTRUCTION, TYPE 5052-H32 GROUND FAULT 2 SCREENED AND GASKETED VENTS RECEPTACLE DEGREES. LOCATE CONDUITS DOORS: HEAVY DUTY WELDED HINGES (LIFT OFF TYPE), OPENS TO THE RIGHT 16" CENTRALLY IN FOUNDATION 10. STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR PERIODICALLY. IT IS THE CONTRACTORS RESPONSIBILITY TO ENSURE THE CABINET MEETS THOSE STANDARDS. BEST CX LOCK ON DISTRIBUTION DOOR POLISHED WIRE GLASS WINDOW IN METER DOOR CLOSED CELL NEOPRENE GASKET, CARD HOLDER (WITHIN 4" X 4" SPACE) Rev MAR 2017 FINISH: BARE ALUMINUM (MILL FINISH) OUTSIDE, WHITE INSIDE ALL CONDUIT TO CLEAR TOWER CENTER BRACE OF CABINET BY 1/2" MIN. -SEE NOTE 5 4JMCHOR BOLTS PER WS STANDARD PLAN -10.10, NOTE 4. SHIM TO PLUMB HOOPS BAR EACH CORNER 3/8" DIAMETER PLASTIC DRAIN HOLE BASE DETAIL NTS r1" — 2", SEE NOTE 2. 120/240 VAC 1' 3W A -r4, METER 5. PHOTO BASE C OTHERS AS REQUIRED. 6. CELL MAIN CONTROL 4 HOOPS 7. CONTRACTOR SHALL COORDINATE WITH POWER COMPANY REGARDING SERVICE CONNECTION. #4 BAR EACH L B. CONTRACTOR SHALL OBTAIN AN ELECTRICAL PERMIT FROM THE CITY BUILDING DEPARTMENT. TEST J' ----SIGNAL • SWITCH LTG GROUND FAULT RECEPTACLE DEGREES. LOCATE CONDUITS Fal --7--SEE DETAIL 3-41 FOR GROUNDING REQUIREMENTS WIRING DIAGRAM NOTES: 1. PAD MOUNT SHALL BE CL. 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN OR ADJACENT TO SIDEWALK, TOP OF BASE PAD SHALL BE FLUSH WITH TOP OF SIDEWALK, AND OMIT CHAMFER WHERE PAD AND SIDEWALK MEET. 3. PAD MOUNT IS TYPICAL. CONTRACTOR SHALL USE CABINET MFR'S SPEC'S TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN, WITH PLAN, ELEVATION, AND RELEVANT SECTION VIEWS. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO PAD MOUNT. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT—DIPPED GALVANIZED Xa"x8"x2". 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" 4 HOOPS 7. CONTRACTOR SHALL COORDINATE WITH POWER COMPANY REGARDING SERVICE CONNECTION. #4 BAR EACH L B. 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 DEGREES. LOCATE CONDUITS 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 CRT alp Mp WEY PUBLIC STREET LIGHT SERVICE CABINET D3 45 431 �1o.7s•� FRONT VIEW RIGHT SIDE UPS/BBS MAIN CABINET DETAIL 46' I— 20' FRONT VIEW RIGHT SIDE UPS/BBS AUXILIARY CABINET DETAIL UPS/BBS UNITS SHALL BE TESCO MODEL 22 OR APPROVED EQUAL. 100"Vins»r_m IVIJ L—i 9"r- 18" 1 9"r 6- F 20" 1 6" T - INSTALL ONE SPARE 2' CONDUIT AND CAP; OTHERS AS REQUIRED. 4 HOOPS #4 BAR EACH CORNER CONDUITS PER CABINET MANUFACTURERS RECOMMENDATION CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT—DIPPED GALVANIZED 1/2" x S" x 2". 5. PLACE A SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE BOTTOM OF THE CABINET. 6. PLACE A SILICONE SEAL BETWEEN THE MAIN CABINET AND THE AUXILIARY CABINET. OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. PROVIDE 3—FOOT (MINIMUM) CLEARANCE ON ALL SIDES OF CABINET. WHEN SIGNAL CABINET, SERVICE CABINET AND/OR UPS/BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3-45C. JUNE 2012 cr"or PUBLIC UNINTERRUPTABLE POWER SUPPLY DWG. NO. MOM OM %Vay WORKS BATTERY BACKUP SYSTEM 3-45A (UPS/BBS) CABINETS ALL CONDUIT TO CLEAR TOWER CENTER BRACE OF ag CABINET BY 1/2" MIN. 0 SEE NOTE 6 72" SEE NOTE 5 SHIM TO PLUMB ii ii i i n i i BOLTS & DATA FOR 20" TO 26" i qn TCCOR ° ' ' m AING TO BE SUPPLIED i„� -rni CABINET MANUFACTURER #4 HOOPS II .I ii '' #4 BAR EACH CORNER 1 " to 2" L II SEE NOTE 2. Li 2" DIAMETER CONDUIT PROVIDING PATHWAYS BETWEEN UPS/BBS CABINETS. CONDUIT BENDS PER NEC. 3/6" DIAMETER PLASTIC DRAIN HOLE 100"Vins»r_m IVIJ L—i 9"r- 18" 1 9"r 6- F 20" 1 6" T - INSTALL ONE SPARE 2' CONDUIT AND CAP; OTHERS AS REQUIRED. 4 HOOPS #4 BAR EACH CORNER CONDUITS PER CABINET MANUFACTURERS RECOMMENDATION CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT—DIPPED GALVANIZED 1/2" x S" x 2". 5. PLACE A SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE BOTTOM OF THE CABINET. 6. PLACE A SILICONE SEAL BETWEEN THE MAIN CABINET AND THE AUXILIARY CABINET. OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. PROVIDE 3—FOOT (MINIMUM) CLEARANCE ON ALL SIDES OF CABINET. WHEN SIGNAL CABINET, SERVICE CABINET AND/OR UPS/BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3-45C. JUNE 2012 cr"or PUBLIC UNINTERRUPTABLE POWER SUPPLY DWG. NO. MOM OM %Vay WORKS BATTERY BACKUP SYSTEM 3-45A (UPS/BBS) CABINETS FRONT VIEW SIGNAL CABINET SIDE VIEW 55' a 0 Q 5`. 44.25' FRONT VIEW SIGNAL CABINET SIDE VIEW 55' L 3/8" DIAMETER PLASTIC DRAIN HOLE r)AC`r r%rTA Il L-7 6"r— 26" --1 6"r 6" 44.25" 6" in INSTALL ONE SPARE 2" CONDUIT AND CAP; OTHERS AS REQUIRED. I HOOPS #4 BAR EACH CORNER CUITS PER CABINET MANUFACTURERS RECOMMENDATION OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. PROVIDE 3 -FOOT MINIMUM CLEARANCE AROUND ALL SIDES OF THE CABINET. WHEN SIGNAL CABINET, SERVICE CABINET AND/OR UPS/BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3-45C. JUNE 2012 �,► F o � PUBLIC TRAFFIC SIGNAL CABINET 3 G. NO. l AND FOUNDATION a SIGNAL m SIGNAL CABINET FOUNDATION NOTES ALL CONDUIT TO CLEAR 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE PER WSDOT TOWER CENTER BRACE OF SPECS, UNLESS OTHERWISE NOTED ON THE PLANS. CABINET BY 1/2" MIN. 2, WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT PAD BASE TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE 72" SEE NOTE 5 TOP AND SIDEWALK ABUT. SHIM TO PLUMB 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF II '11iii CHOR BOLTS & DATA FOR CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. i iii SPACING TO BE SUPPLIED CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN 13YCABINET MANUFACTURER WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. OOPS #4 HOOPS- \`4 BAR EACH CORNER 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE PASHTO GRADE A307 HOT -DIPPED GALVANIZED 1/2" x B" x 2". 1"to 2' SEE NOTE 2. 5. PLACE A SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE BOTTOM OF THE CABINET. L 3/8" DIAMETER PLASTIC DRAIN HOLE r)AC`r r%rTA Il L-7 6"r— 26" --1 6"r 6" 44.25" 6" in INSTALL ONE SPARE 2" CONDUIT AND CAP; OTHERS AS REQUIRED. I HOOPS #4 BAR EACH CORNER CUITS PER CABINET MANUFACTURERS RECOMMENDATION OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. PROVIDE 3 -FOOT MINIMUM CLEARANCE AROUND ALL SIDES OF THE CABINET. WHEN SIGNAL CABINET, SERVICE CABINET AND/OR UPS/BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3-45C. JUNE 2012 �,► F o � PUBLIC TRAFFIC SIGNAL CABINET 3 G. NO. l AND FOUNDATION 6" (TYP) 6" (TYP 6" (TYP UPS/BBS CABINET SEE DEVELOPMENT STANDARDS DRAWING 3-45A TRAFFIC SIGNAL CABINET SEE DEVELOPMENT STANDARDS DRAWING 3-45B SERVICE CABINET SEE DEVELOPMENT STANDARDS DRAWING 3-45 CABINET FOUNDATION PLAN NTS CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE PER WSDOT SPEC'S UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT PAD TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT -DIPPED GALVANIZED 1/2" x 8" x 2". 5. PLACE A SILICONE SEAL BETWEEN THE FOUNDATION AND THE CABINET BASES. OTHER NOTES ORIENT FACE OF CABINET DOORS AS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. PROVIDE 3 -FOOT (MINIMUM) CLEARANCE ON ALL SIDES OF CABINETS (EXCEPT BETWEEN CABINETS, AS SHOWN). JUNE 2012 c—�CUT or PUBLIC COMBINED SERVICE, SIGNAL DWG. NO. —° QUO WRY WORKS AND UPS/BBS FOUNDATION I 3-45C 8—Penny Duplex nail Direction of travel Marking nail same side as cleat 30" I III II III II 28" I III II I III II I III II I III II III I Cleat 28"x3"x2" under sign 2 4" x 4" Post � NOTES: 4" x 4" Post Finish Grade Two double headed nails Aluminum cleat attached directly under sign SIGN POSTS — 1) ALL GROUND MOUNTED SIGN POSTS SHALL USE WESTERN RED CEDAR OR PRESSURE TREATED FIR UNLESS APPROVED OTHERWISE BY PUBLIC WORKS. 2) POST GRADE (FIR) SHALL BE S4S DOUGLAS FIR LUMBER, WEST COAST INSPECTION BUREAU GRADE #2, STRUCTURAL LIGHT FRAMING, RULE #16, PARAGRAPH 124—C, SELECTED FOR STRAIGHTNESS, AND FREE OF HEART CENTER (FOHC) WOOD TO RESIST TWISTING. 3) PRESSURE TREATED POSTS SHALL BE TREATED WITH A 4-1/2% TO 5-1/2% HEAVY PETROLEUM SOLVENT PENTACHLOROPHENOL SOLUTION IN ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF AASHTO DESIGNATION M133, WITH A MINIMUM NET RETENTION OF THE DRY SALT OF 1/2 POUND PER CUBIC FOOT OF WOOD. 4) POSTS SHALL BE 4"x 4", WITH A MINIMUM LENGTH OF 12 FEET LONGER POSTS MAY BE NEEDED TO MAINTAIN 8—FEET OF VERTICAL CLEARANCE ABOVE WALKING AREAS. POSTS SHALL BE 14 FEET IF TRAFFIC CONTROL SIGNS WILL BE INSTALLED ON THE SAME POST. 5) BACKFILL SHALL BE COMPACTED AT SEVERAL LAYERS TO MINIMIZE SETTLING. 6) ALL POSTS SHALL BE 2—WAY PLUMB. 1" TOP OF CLEAT CLEAT POST I I I I I 1 28" I I I I 30" 56" 0 NAIL HOLES 1ED OR DRILLED) NTS CLEATS — 1) ALL POSTS SHALL BE FITTED WITH AN ALUMINUM CLEAT AS SHOWN TO PREVENT SIGNPOST ROTATION AND/OR UNAUTHORIZED POST REMOVAL. 2) CLEATS SHALL BE ALUMINUM ALLOY, 6061—T6, CHEMICALLY COATED IN ACCORDANCE WITH ASTM 8449-67 CLASS 2. 3) CLEATS SHALL BE 30 INCHES LONG, 3 INCHES WIDE, THICKNESS OF 0.08, WITH A 2—INCH TURNOUT OF 90'. NAIL HOLES OF 0.156 INCHES DIAMETER SHALL BE PUNCHED OR DRILLED IN THE LOCATIONS AS SHOWN. 4) POSITION CLEAT TURN—OUT AWAY—FROM AND EVEN—WITH THE BOTTOM OF THE POST. JULY 2014 MY OF PUBLIC SIGN POST DWG. NO. RdQMO %VW WORKS 3-51 7/16" 0 A- 1 HOLES (TYP.) 1„ 1 " (TYP.) 7" 8" O MIN. � 3/4„ 0 O HOLES (TYP.) O WELD (TYP.) 4 �7" MIN. O 0 O 0 -SEE NOTE 1 SEE NOTE 2 O 0 O O O 0 NOTES: 1) PREGALVANIZED PERFORATED SQUARE TUBING SHALL BE ACCURATELY AND CAREFULLY COLD -FORMED TO SIZE FROM LOW -CARBON 12 GAUGE, ASTM A653 GRADE 33. 2) Y4" THICK PLAIN STEEL BOTTOM PLATE; ASTM A1101 SS GRADE 33. 3) FINAL ASSEMBLED PIECE SHALL BE PAINTED GRAY FOR WEATHER RESISTANCE. 4) LOCATE SIGN PER PLAN OR AS DIRECTED BY CITY TRAFFIC ENGINEER. IN CITY CENTER, THIS IS TYPICALLY ALIGNED WITH TREE WELLS AND STREET LIGHTS, NEAR THE STREET. 5) LOCATE BASE PLATE TO MAINTAIN A.D.A. PATH ON SIDEWALK (MIN. 4 -FOOT PASSAGE WIDTH). JAN 2017 SURFACE MOUNT BASE PLATE AND DWG. NO. � MSM WEY WO KIS RECEIVING POST BE OR 2" STEEL EL SIGN 3-52 A CITY OF Federal Wa Public Works Department STREET SIGN STANDARD SPECIFICATIONS SIGN FACE MATERIALS All permanent signs faces shall be constructed from aluminum sign blanks unless otherwise approved by the engineer. Sign blank minimum thicknesses, based on maximum dimensions, are as follows: Maximum Dimension Blank Thickness Less than 30 inches 0.080 inches Greater than 30 inches, less than 48 inches 0.100 inches Greater than 48 inches 0.125 inches All D-3 street name signs shall be constructed with 0.100" thick blanks. The contractor shall install permanent signs, which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation and parking prohibition signing, shall be constructed with Type III sheeting in accordance with Section 9-28.8 of the Standard Specifications. This sheeting has a retro -reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. This high intensity sheeting shall be 3M Series 3800 or its equivalent. All street name (D-3) sign sheeting shall meet this specification. All overhead signing shall meet the specifications of Type IX sheeting. This sheeting has a minimum retro -reflection rating of 800 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms. Motorist information and parking signing shall be constructed with Type I sheeting, in accordance with Section 9-28.6 of the Standard Specifications. This sheeting has a minimum retro -reflection rating of 70 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. These signs include guide signing (D Series — except D-3), corporate limit signing (I Series), and motorist information signing (K Series). The reflectivity standard of supplemental plates shall match that of the primary sign. SIGN INVENTORY City of Federal Way, (253) 835-2700, shall be contacted within two working days of completion of the permanent signing installation to inspect, inventory, and log all new and relocated signs. OTHER SIGNS Refer to 2009 MUTCD or equivalent approved source. Includes pavement markings as supplement to signing. ADDITIONAL QUESTIONS/ REQUESTS SHALL BE DIRECTED TO: Design — Traffic Engineer (253) 835-2740 Installation/Removal — Public Works Inspector (253) 835-2741 Sign Fabrication — King County Sign Shop (206) 296-8153 Street Addressing — Building Department (253) 835-2607 REV. November 2014 Page 1 of 1 Standard Detail No. 3-54 U Ln JY m W' O W O 0 2 W Z ` W vi W N ¢ 1, lw ZNN_ F Z ¢ m W w 2 N x O x JON Z Q F d¢ N ?i OU = ¢ J U W N Z ¢ — 2 W W 0¢(nmcrN J O 2 Z O _ U Z a v v H N 4 X W — W � ~ z _ x � � o ~ o J of ¢ LLJ z m ¢ 0 HN Z_ ¢ O F ¢ Of z xN LD(� Z. N I F �N vN c� >>W F -Q O F- ,JOfo CD U J _ 0 W F H �00D -1F oa O J0 w (� vi O �NZ 0LN z W ¢ W — L7 F U F Z W F Q ¢ L1J ON0_ Z F U (n J U Z Y W H w W 0 W <= U N v o w w0W CYJ af Q Z w Q 3 0 NNZ _ F 0 O o M L .. p v 0 Fr Lu� N Z Z > af 0 WWa W FF ZW ¢ 0 W' D N co (n W N < W ¢ XLLJ W F- Ln Z a 0 W OW �Z m UOfaf ¢ U O U LLJ ¢ \O O Q 0 J Lo _ Ln LI J W¢ Y ED Z m U Q W d O YOf J N Q w Zz ONS F U xLu jam 2 w Ow >F J y O �W OO 0m af ZO of 0 LD M Od Q U U W Z N NOLi (.�Lu W Qxd F W Of N MEOO C7 Y Z Z o UWO Z O w W 0 m J M N?i¢ J ZwF Q J O� F m2'Z LO W = < U 2 K W N U 0 W X W W O W W Q W W N m N LLL 0 0 Z Q N (n W 0 J O LjW J Q ¢�U� F FZxQ 0 F -LIQ x N O Z OUw 0? (N 2 N N M U Ln JY m W' O W a 0 N Y J U I ¢00 Q 0 oF- x o Z U N W 0 Z W LL p Z W=() 2' -(g 2W>� O X O H 3 N 0220 O Q F- <0 Za'd wQm m NYoz W �0 W Ld �w� z QW V) pxxQ ~VF- 2 x = (NO W 2 �Np wUNw J 02QW a H0 W OU W 0 F- L, LLJ 0� Q 5 LL. _ F- 0 3 D 0 Q� < LLJ Z w axz 3Wm3 U' �¢z'�) ~ NO w m\ zMCr� LL LL 0 N N Z ~O� 2'¢LQi w =3W� QV7 �2' Q N\ LLJ x z N Q cy W L ~ Q J O O N N W K Q m O W p(N/)Q mN2N U 3WQU �Z �� O wLLJ p JPO~0O m U Z 2 2 N 3 N j z0 W a F -- Z U U J W 0 a U = p 0 W 2 W o Q »-, ooWmo o U) -Y< wx am x WLLj (A -V)w Z3 a00 WL, O, U �-J CO NJ Z} Z M: LLJ LLJ 0 I¢- JZ zmw HO3wY g �NJOri WQ 0m w pz mp�W} Mm QQ 0-J WMW Of of z_ mHm Oz m~ WQ pU_2mQ m Ux J Nl�p J7ow F- QO M p2 zwpQ2 2F J(nZ QZOt0 QY2HJ Om �U OO NN QOLJxH m(Qj J-- Q Q <U < o cno wz ww2L�cn3 w = p J m 0 No 03 OS F -Z xo <0L, 0E- WN 0af w Mmo mQ m2 p YJ(Yj 0o OY x ~~ 2 oww Q2 O 000 HU'QQw U W ¢o- 2U OY.. a-- zw LL 0F.0 WW z Ld Q=z wzi m 20 Q Yp 0 00 wr ON ZQZaZ Z V)00 mvo Q�00Z Z� mO�WO O? Yw �> 2(n maWm0 Q? J x cn ZUOJJ WN QO' pZ OY2 po �� QE x-iK wQ oU owz Q2' 2J 2'N U0N>0 C) Z� W U20Z I �0 WH ¢�� V) LLJ �g �Zw�w za oa LLJ LLJ =Z a�woao �� ow 002 ¢Li2UU) QU 2Y02m y X0 2 Q 032'mZ w0 W> Ldw F- N M d m t0 6 O z 0 Z W o= r� Z S (nWa F U w (7 W ) p N w W N Dw 3 w N ¢ WP 2 lxm0 0 2 .o z M 'yO 'h0 ryiy----77--T 2' „oz L} .4 a d = O w W = Z Ln o Q� a o m m U Q 4W Q 41 N ) m m � M iR U N J Y M CL O 3 a 0 Y J yj QZZ J SOO LLj �m N W ~ z U O H O W w Z W J w 30� oo �wrF o o z� 3 a f ZNd 3�QJ W OYOZ O w pZp p N wJ ¢W pw2¢ m 'up d Q 0�IN (p W � m¢ mN WUU12 J p2¢w d pW UH W C7 m ~3 p3Q OzUU 2 oJww = UI QLLj N�m Z > Z(� U=p WLLI md' N Ua�N O �N me Z2mN w Z JQ ¢ N < Z J Ld �0N aOWw HQ wO =UN7 ~ep 'm \ m�z0O d (=2 cm¢ wm!Kw U 3W<U OZ 3xO W� JPO~O �' 0 YH H J a X N 3 3 z0 W Q� Z~ YcS O d W Q U p d p F U¢ zYu< W= pZ wW NZl'—'NW J - mLL w' ZJWpz NH Ulp 2 ¢U—> < �0 moo >0w� U WQmm N J �� w0 ¢ZU7ZO Z O OW �03 ��3N aj wm¢?w 03 aw of ogJmz w p o_w wq�W WQ�� Z mFLd N-(2/1 SZ 2 WQ pOx-j m = �J mph~ J (f) F- J=O wujN tQ OL+~ -1 c,N QU W=H Q Z N V ��'z ¢7�=0 < =vasa om ww wz wwwcn3 �w ¢ J w Q Y U N 0 0 3 2 m m = 0 m w LL, Z w Nip Q¢m U0 p mYJUw UL >- >- �H ANO Lu Qm O V> VfOp aZQ�Z U W Qo— �U �� ZW wcl �mOw z QC� m0 If 70� F<n mQw UQ,¢Z OwpO mm Zmw 'm mo mOf FnmzxY pz H xx a000 Q20MZ� ,o�WO 70J » waN a6�wu,0 ¢- La-, we 2 Ul ZU0N pW �Ul QYe p� Ya YNe H� =(n�Om w< p 1 ON c-) Go <cr w0 woN00 O 00 wp H=0?Z �U m WZ t. r,,5 cn¢w0g -g �zw�w zQ z =z ¢�w¢o �� <w o= UUd ¢warn QU dYOdm Yp YY �Q U3xmZ w0 Mm WF - N W ~O N M IA p n m 6 0 � Z o. r z z o= o �r U W H Q W N Fa K z N W 2 O O O W W Z w N w K io d_0 QK m M iG 2' ^— \ .lp 0o o o o_ o o W �_ x x z N O S W tv 0 U Y J M C z Li OU W O = -Zo cU) ZO ¢= O U1 z _ g Q � m ¢=0 �WU�Ii _Z c0O w Z J N J W g_ p N N m- Y ¢_ 3wU V�awo g z= w UZ zvl p w d0 Of Cl. U]LL Z m�H LLI Wim¢ mW OW ~ CW-7�W �UJ70 LL, ONL�Zm pJ�U: J Op Wa- O Z U ��<=Wr)�=O¢ m jY00 0 =Q.U) Q�NZ }O � Q X00 wnwyd J pU��j dXW �: V7�,� ZLL,2 d J_ V7 Op VI¢ QUUI�V 20 �H7J� ¢�N0 Ul I O �~ ¢ Z UUlO = Om - U OQd p NO d.O dUl Z o O ¢WZ J W0 JO(~nd O lid' WZQ �Q ¢ Z ¢ C7 v) < Z:5 �� 33m�w Jwina�oo 0vip� ac J x wa¢ :VC)�oa`l'?> Ug w m`" ¢zm -00 ��ao =gam ¢ vi w OUW 2=ZJldll U1�=Umm NYLON QW Q� w V7 ��~ U=JCE Z pW Wm ZJWNO N~¢NJm H�WZ_ ',,nmlli J d'Z U1H0 W ¢ W UJ lrQW U)_j af dL�Z JOU Q d ¢W op Q3 �aoZ a= �Nzwvi �3(XIof C, Ln wQ N o zw Wzw wNz�m zN m�az =z�oww°' Z`�CkfJN v~i0- g m¢� �ZU) I W JOO O FN O. JO QUO¢d Ud J O U1-mOp ~� JpY O¢L�00_Z NW = ZO- ¢ O ¢� a°�'� �mxo<o -<t�� =po�� om <-SXZ �N�Nw pox > za '<L NCO Q=�Oa O� NZyFQ-O UVMmW^ ��pwp 001= QZ p� \Z NOO zoUZ UU WYOZU dUmU LL3N¢U ZWW W NO 00 Z~Z ¢ �W d.H Q W�Z O O p ZWZd'Z KON m0 (nZ Nd QNQOf JZ�ZD OU m�ZWYd' jj J�mIL QZWO¢ m JO Q 30 mQ0 Od' W Z_W F }w JQ d'WN m¢O WN2 UW7= �O W 2 U1 =U1N~00 W� QY7Ul�w YdNOZ� 2d�pH mZ2 Nd Op H� UmZ Od J = d'd UU JOZ U W¢._ UOOZ3 WF Q I17 Q.g ¢HOQz¢ JJ d'Z=QUZ Z¢N° V1m HUO1- Jd' ZO d'W WO UUd =(n ZZ�m QQ dy 3: L,W YO(n'tOU UQdMLL Q(~n0 fV) 2U7 (n^ Ul Ld Q N M N (O I� m OI O Z K O zm o O U -I N U Z rmo w(�a No O W Z aZ ve �Ej 00 w�W o O N 50,i rZ FL oZa< a..." N 3 U z 5 :, N m N K o 1 'd),1 I �� to ,ZL i0m 00 t0N 09 .0-,Z N Q I I I I o :1 �r X 55555 ME .n rn mmmma N N K o 00Y ONb ain ionm •NIW „9 5 o_ 9 J Z w 055555 F00000 Z* *CC'4O �VOWN. w00000 �wwwww mZZZZZ 00000 c3wwwww wo: o_a o_rc a 55555 m aU QU QU aU QU OW W W W W J Z Z Z Z Z 0 2 2 2 2 2 w O o 0 0 0 p fnNNNN zncnaa W N N N d'0o o0000 o �3 :q 00 000000 )00 00 oavai�nm 00 00 w wzo_szrc 0 e 0 ' S oowoo )00 a r wo zoz000 zzz KR r -R H<HH K U U U U U aw <ww www azsga:rc N �o gnm atwwi�w Jzzzzz w K 77777 j a 2zzzzz W U Z Z Z Z Z d~g �ciddod a oIn(A(A v) (A ! Z w2 �- Of o in0. w N- N n n N� F} m 0 0 0 D. o. z 01 06 N to Lo co V N W r Z ' v / Ma W `2 r a U U Y J M 0 CL3 N m .0-,Z :1 �r ME ,Ll = 1HJ13H 'XVW J Z w 055555 F00000 Z* *CC'4O �VOWN. w00000 �wwwww mZZZZZ 00000 c3wwwww wo: o_a o_rc a 55555 m aU QU QU aU QU OW W W W W J Z Z Z Z Z 0 2 2 2 2 2 w O o 0 0 0 p fnNNNN zncnaa W N N N d'0o o0000 o �3 :q 00 000000 )00 00 oavai�nm 00 00 w wzo_szrc 0 e 0 ' S oowoo )00 a r wo zoz000 zzz KR r -R H<HH K U U U U U aw <ww www azsga:rc N �o gnm atwwi�w Jzzzzz w K 77777 j a 2zzzzz W U Z Z Z Z Z d~g �ciddod a oIn(A(A v) (A ! Z w2 �- Of o in0. w N- N n n N� F} m 0 0 0 D. o. z 01 06 N to Lo co V N W r Z ' v / Ma W `2 r a U U Y J M 0 CL3 a 0 N a J cl� C)O }w d w O O N 2 d W a k Or Z D �� JOw �cn feLLI m ro } w O wamp w O(n ¢o w Q W JL JLd ¢} 3L,¢ W DZ > W a Z J~ N a O O O w- aNa a¢=m ZW L''Wr Lz Z LL, aW�� 'Fn Q oar SON £ LI 'XVW Al 3 mxz�7a o 3W� z �Lj I— a s a WO m 0 Z j N m Z O 3 Z w z LU J OO Ld O F '� a O 2 ZOO m \ w _ mamma Qo or -m o moo } u J�Q� QQ� Z2Z JOZm =� N WUOIU W Wim m�W now FM Z< �=Z, Jw X >wm mw ME .IQVI O r ¢ ¢tea m w J J U W W N zxm xrz; N¢ zo`` J m o x� _I Qr I Z¢Nd' (/IW N FliQ a JmU Hm _. m U m a J w w a m w J O- = 1 ,w p W x¢ 1- n m ¢ 3 N = Lg x�o \ovrim wo } wn rn (nos Wo ammm¢i F>wJW oa mao w mww tt- Oa¢ rn Ja0 z¢LY O w N oLnm WQ!n I .ZL } ZWrZ o z wz a'Z_ QZJ USJ Of V1Q=0 N Z U� oV JO-� JO FFU mXFQ Qa d Q¢w Nm ou, ZN d O O awg vafw.rl oo m azo mo c5ox F� oor ra_u z > or zzo m �o ¢axw az g Ln¢w ¢ ¢¢ o� dad Uawm xo Ln axm go xxg ao (N H O N M 0 n m Z 'NIW .Z/t 6 T-79 a =7 il-I i_ z_ z I xz N N <L N iN \ O 7 _7 < I . Z 'NIW L 6 z .9 w w < i 11 II U z o N W Z/L9[— m� .ZW£ j- / Zw0 I U �s � -3 Zxx nL N oo J�< l�lE QC70 M K K � z z z Ute_ Ut: Ut= ip ww iwww rww OLLA OA OLL _9 J N� __ � • ` � NL N dd _ U Z � a U Z N (Jj N ow Zi M O' 00 0 a3 a 0 J K U 3 3 1,1 Z Z U j z 2 O U U] U U < IJ Q U O U W pF� W }( U W I I I I I I I m I m W D X W k K io ct c� �.i. X \ N X M � (LLJ W N = J � r Qw 3 U3W j Q .4/� .4/£ z Z Z � �OJZ w I m � N m ~ I W \ Hof O 1— J U li 7 Ni m� aW N U g p ZU s V1 U zz a z a s ¢ Up W 'T 0 Z NO O N O ¢ O=3 Z N X NX I. N Q O Z cr � !n H Q U 0_ LLJJ LLTJ^ w + n + N 0- 1 d m O pz � z O n 0_llfo—�Z p aU� U Qw ON. N 2 li J1 J U aW0 Q O arU w r a .a// OL e/c L — a o o m W W Jai Gi 0 L, In w O - N Mi z �a r W U Y J � M O a3 Old Md H W to �a r W U Y J � M O a3 Old Md 0 N Q W J d' W W Lu N 3.1 W O ulm v, ULLj JN W g U M N NEn O Z = U m LL o OO d w co z F Q J Z J Q Q 02 IS m W W m d p W W J Z Y Z K Y UO K W D U v7 0 En W OJ J N �: H Q<J OF LLI U U> W m v) Ln N of d 20 FoOU Q OQ 3� 3`)p � 3zO Y W J W LLI 7 J 7 N m H N N W ~O N N7 Z od �a o� = J .� .Z/l .4/£ ,4 ,Z I L/6 a .Z/l l T" I �i �L a�4�444 a N \O I W Z �X �Z y0 M o: Iw w a � N M v)± Q X CkfLLI Q a� Z� 0 MI Q U Z n Nm Z I O N F J N w Z, Ll' � a ai M N .4T Q ,Z L Z .4 £ U w LUO NU Ii Q J r� V Z `Q r NW w in U) U Y J M O a3 a 0 N a J Q .Z/t LZ z0 u9 Q .9z ,z Q F-: U z Q a */t L .Z L LL .4/£ o U U W co Fo °a p z ir O n .l z z0 C)O r--- ------ ---� = N io Q I I af 0 L___ ______ ___J M d' � O M .6 = W aeU N � m U 003� M -1 0 z tz Vl Q > N amw Q EN Q M� O af C7 O m Ixz -t Q 2 Q z w J J wW N Q IY U z OW m z YZZ dd X11 & 0 m Q z u11i m U w M L z O a ZQ z 3 O_ F 0 u, w ~ Ld LLJJ U .9 l N (%1 M m d m .4Z .Z/L SZ M N .0£ x Q `a Q M M .4� x z i W�d o L N dp J N Q .9l/6 L ml N V' Q SIL < I h Z N N O Z O U N S LJJ U) a a � I j MI OW ,Z/L I.ZA Z Q <,Ow �q .L .Z L Ll z $!^w z JAI 0 K -, w ocn Z N O z 00M d 3: V i 0 U I U (n J Y M O a3 0 z 0 ' 0 i. W H g Z 00 op a� W J �a H � Z LL - m W J Z U m J Ww 2 `2 r U Y J M CL3 Its Z 0 0 8311no v 3ov3ans eano oNoo AVMavoa m = m QU Z m (� 0 U W z 0 0 W m U (�7 N Z a f II a V d r L T3 N 7 •� LJi I W I m I O I I Z Q � I � Q O Il\\ I Uz z I I w --- N Q O m U .f, Z z p U z 2 O .. r N N V) W Q O z Ld 0 z 0 ' 0 i. W H g Z 00 op a� W J �a H � Z LL - m W J Z U m J Ww 2 `2 r U Y J M CL3 Its C) U W D Ld W W W ?Q OZ U Q Q Q� D L1 H Q \Yp Q a �W � Of QIW- Ll D �n J OQ c� 3 > Q (n O2 U) 04 Q Zw a W J� Qd Wm W 3 Z d' > Wp Q QZ CSNLLJ W' Z U E 0M J Q L,O �U (D Z W Y�(f) U O W J MZ Q O O L,(A D OM< �0 W FW >J Q} Oa— } O J p Na O U �Z D O U� U N Oo �O UO 0 O =V)Lm (n LLJLLjO J J mU D_ �J ZCL �N LQim J OJ 3� 0 O� zU) LLI �0 0E- 7v)�v) dao N H N M c0 w 0 N Z FJ W � �a 00 v_ 03 L2o LL L_ OUTFALL TO I STREAM 11i - L_ 3 O DUMP NO I POLLUTANTS L` 1 r- �\ FOUNDRY NAME if „9/£ ,9 L, Z O 'a J W 0 zp d r /\ 0 w U_ I W a z 'w^ V+ N� Y� 0 LL m.w LU i NQ N V W z Q m s N Z Q H U W N Ld pp U IW- N m i W ?�Z r Q QN n N a ¢ EL 3 a DO. m OQ Q JVIN N Zof Qa Q W Z a WwEL 0 mWW Z m > pQ QZ ON 2 pm J Imp c -, Z U Q U Z Y a 8 W M Z0 N W U O a - < J ¢ O W} OAU llaaalJp U �H >m OaU .-. NQ KN U� O UO D = N= N p OJ O m 6 K U EL.. 3 J Z p L m O QW WO VIHJJ NF 7Nz HO F � N IM a N tD O Z oa F . o= .o N w a 'o w O CL O N W N wL) 9 U) w 3WtlN AilONf10� 0 Q ZC 6 V— M U Y J M 0 FL z �a w0:2 N H m N W Z Z w U Y W J Q J� of O r~= Z 3 CL D Q? N O MZwWom W(n ZOWZ2m F Q -N L�QOO i Z c~i�moOWwCL zLZLI _— az � Q U r Q J N U O W 2 i CL N U Q U- O N O Z 2 N m J= J H= Or H OZDE Hm Z Ow dLJZ>-�H w w o r m Q _¢ o¢¢aMoo¢o H w w , a a awwm>5aW`` ZwwQ2�ofwLLJ CD 0<< > M N D Q W w W U Q Q z d m 0 U H Z N M d O a z 0 0 o Z c Q = J 0 a Q Q _I Z cn J Q � ~ w z � D o CD J � 0 Z Z Q M Q N SS SS 0 W N • WQ • • W Q • C TA 0 0 N 2 K 0 Z r d w Y Q Z O Z W W w CL Z O J J O CL w LU Q O U) U N J Y M O d 3 0 zN d 0 w LU0 Z /Y V 0 J Z 00 w U Y J � m0 a3 OJ jOf W I0 Q O x U .b/£ C7N (/] Z (O0 \ L� .9/£ I w Z • cn N sL/£ o 3 co zU o Q o m iiLd ANO C N a < cD a Q z in w 26 roma co x M v=i Q �< a Lu} Q ?i J !n Q cil m Z of N W Z J LO W O se—< —"of Lmd LSF - U m�o J �U N ) 1} W Z o I SFO Q U j n 2UUQ N W N� d (if O ANNa = oa 3_jw W W 3z J cwnr0 Q J _ 0 7N= O FN W H N M M O S Z N U' Z_ ri J it � tWt J< Lq of N_O Q Z C W • W fA Q O N 70I < O m W Q . Q w `` i I 21 z _ N O I I I F- U O .9/L W Z !n y `iJ _ 9/S O al 0 OW p 6 .l 0_ O `1 H� 0 N of Q W Q' 0 zN d 0 w LU0 Z /Y V 0 J Z 00 w U Y J � m0 a3 d zM dV- 0 I`f LU0 U ^ , V Z Y 0 J Z �0�/ LL LL 0 LL W Q I� LL U Y J M O d3 69 0 LJ O O z qq 1 Za O O H LL ` o LU J aF- J `W 0 Lu LU /O F- C) - v F- U) U) F^^ wLU v/ O OLL F- O U U Y J M CL3 s O N � F z W W J Q Fm mU0 Ow of Vi zP JQ of W =F ��D_ 3wa Q�r`i ¢� cojpc o z z ,�Jj OF UU JCLm =VIJ QQ WO: p VjQw WO Z 0_j p O m� V) X W Fr Ckf j N �H Q x LLJ m0 J Qm Lj 0�m S of FaLd I-0 Z _j� 2N 0�0 mM Vj mF3a WV14jJ Foz UO �o �� V)o� wW w0 ¢g z O] m Z Q F Q - o z'9 WIt J A W 0 -'T W 00 pW W� O U) V)w WQxm mNQ -200 U "f ��p O ~ 0 Q7 p F Z Q Z OL �� W o_o-'J J Z Q�Or O J OZW W W 2F K pL`m (np Vj JQ of O o_ H C7 p 2 W V) -j o m m W Vj Vj J U 0_' w Vl � m 0 af o_ Ld u)m La LLI pm HQ� 0: Z_o Uzi OQQ w(m-/7 vj U Z>- }w a 6i N J zx Lfl Qm Z- WJ WQ� u)>W W 0. L/) U w o F WWUj xmw wowQF zo o oo? F- a'oz �ujU O o -a N w 0 z oxa Fa zJ zza3 a^w woo O1M UU ir�cnF� ao� a 3W 0o D- z 33 QQ� L, Q WO�L.J LLj (WA Q: WQZmJ mW Q Z Z � m F 5 V M 003: U 3 U 'DN Fd- W- W p W m Q OZ� �¢�: Q N Z) (O� U Jm0 J=Z ��O0 IJ -aa WN Lu F N az o a�o� -LLj ��L�¢ M: �w� zQzmQoQm o w �O� LLI N cc WQZ�x (If L] WQ QJJJ J� OZZ V) FpN wU NmOoO �': Q�pJ FFQ0 J >J d' WUUUW FFp+rj W..0 �00aa_' W U a Wm� M Li��ZO D o_ o XQO_ Wz� aQ}m FV)mLd ,(D QM2 F�0 Vj 0 D_ ==d F- V) o_ m L, U Wo_U J J MQU O W FO _ CV M 4 m O m O O Z r/ �F z 5 U z 5 W_ ow a = d U Z a a. Q F oom N ilp w o : w o 2YY ed M�a- w a zLi K of E z U N U Q W N a UL0. � O • i .y N N w z � Za = Q 'NIW U a 'XVW.9l .9 Q `� ' U 'NIW.4 I ' 'NIW .9-,z J +111 Q O W O m ~O xK 0 2 U Z NI owz w m N >o a� a z a rw� ;z� wo w W 3� o O o :5 J mo ~� ov) ~J a a z Q.=J <U 3w ? 0 7N Q Wo oUp WC7 Wz W �U Ww a.!(/2� d'H dQ JF wzWa w z a: o Wrrnw z ooa ? O z qq 1 Za O O H LL ` o LU J aF- J `W 0 Lu LU /O F- C) - v F- U) U) F^^ wLU v/ O OLL F- O U U Y J M CL3 F- 0 Z Q W J U U Y J K En 0 CL� 6@ ®nen PR❑VIDE 1' COVER MIN, (TYP.) 1z" #5 HOOP BARS (TYP.) #5 HOOP BARS (TYP,) 4" #4 HOOP BARS (TYP,) 36" MODIFIED TYPE 1L _ CATCH BASIN \ REDUCING SECTION " 40" I 2� 6" TYP 8" TYP JULY 2014 �ar"co PUBLIC CONVERSION RISER FOR TYPE 1 CATCH BASIN DWG. NO. dQsO� WORKS (CON IDTO ROUND LID) LAR 4-18 d z0 N U N JY M c' O E('�� 0 N a W O D I : o (n O Of U N w Y=� U LLJ W �m'Of in 5 Q Qm Lai =m Dow0 O N N x Z W Z� Q} Q w H w HWU cnW 0 _w— J Qa QNz Jp-:2wOw QQw(an~(L% r7 m Q a0w (n �� woo= W OJ UU Z�p aW�W y 04 J0LLJ O Lj V) awW 0 pmm (W=n Li = (dJl) 'NIA J UU0 W W UQ 0 ^X W 3 a Q W O O LJ Z O Z w N UO J� QV70 spa Q / W N Z J Z w z _ \\O S > Z Z_ w J Q O / Q W w a w ~�0]�=0 0 U d U O D Z cn U CO 0 ' Qi �p J0o < LJ LLJ -- a m UW OQ=N Z N Q a w Q p U O w 0 1 �N�HQo J N wp(n d p p Z wp(n(n� J Zw-� U d = m� XL,J� ~� W QJ W Q w -J U) OH } x w W O �m J Q Z I- J U Z =U�00ZW N J :2(D �mZ'-'-'ama Z�Oo a U = Y - JW WN W Q " O U U D LY W'clo�Cl) JJ O O z w= LY :2 ZLi D cn a Q W � Ucn 2'F-cn cnz U 0- 0� LLJ Cf)� p � Q 0 Of m = ~m�ZQcnC cnz—w�-0 ~ 2 F- U) J C� U Z LL Z o Q J Q Z w Q aJ����w J O F- U aUznl N O Q O� Ow Z OJ W = O of H O :2 w O = z N gyri co Q -i00 O z S z oZ w O(,) w o W M N W w Qw U O Q = O N Q~ Z z O (n U OO N Q U mz W W wJ pcn amwO ro D Q a H W 0)- 0 o( LLJ 0 Q Nz�d 000 0�' �QOH� wv� D � pLLJer pNLLJ O W=� — �j 0Q -1 Ld Z O N p 0 g �o�aZ �� wZ oLL �W0Oa0 O W W H H W W .. // U Q J W O W J W z zZC�(n O \� 00 00 z LLJ 0tY a0 w Z Q N Q a~ O LLJ It N U w U Q H p O W QJ M = D H W N O J a W 0 z m W o J W O Q O Y ~ z } U — w Q w W _ W Z W Z m U (n w m Q U) D Q a 0 N NO^ ^ d �Q� m= �� U��Uz Np V) v m0 0 Oz J� (DZ JQ z0 Z cn w p= W W w�ZH N z—x LuQU F= Qcn HN O Cawol w� Nw LLJ N� w� O =QzO� �w0C)mcn d0- �0N W'>00 =W' (j H_w0 w Z mom' d QC9 UJOW JOUR OZZ~}O Z U)a Of w } w�� Ow Q =o wc� 000 C5 �z f _j n Zm0 ?in w00 wQ-i mw 00N QZ H 0 J Q i W Z W � �� Q W W' > z Z QV) w U V 7 z z W H ooh D JQ� uofz Gi 0U -a �o OfDz<�Q a w ~ uw) v~) O N r7 Z d z0 N U N JY M c' O E('�� H W vNrns>iHvw mA9 NMvaa 4 ¢Z Z2 03 = m bo U� m w # I .SZ Of °o 0 z =o y/y . m 4m Y U mz a 0 Of a m Z O I-- 0 V W N W U) Q m W H O Q 2 V W W LU w y a LU Q z w W J Q Z 0 I-- 0 V W N W W m H N Q V W a WWW CL m 'a W �NfV — W L m m r T m Qy p`p 8 j F m m o Y n -v m c c 3 Wm z o` Ka3i�am x�� m ami a c CL OL a c E- m Yp c co v m d m c o c v m c o 'cc�3oc c_ m mtn 3E Cl! pNp d N d pN JO a "{_ o m a f w O G 2-06 0 a~ L a O m o n y E E o$ 4h c 3 ch 3: m anMM d E c E L 10) CD > m �mmV cmc �Epm c t� �EQc�j m v� c2aci�y D �v m O` 'O' V 7 �2 N K •L• N E N c E 0 0 a) c mL. o .. E 0 d� .k E$ Fig 5mEu) E m ii 0 d my m LU m� c Y LU 0 m E'N N -E v rn w m� d m Q Z E m E c m m �F L L. m o =.c a O m aaa�0amivQo oo�L� N E� EE �d c�F=(D Hca) km E a0 W m W m w c Qv132IL L m n= L r m L ° L m �n O Z - N cli v in H W vNrns>iHvw mA9 NMvaa 4 ¢Z Z2 03 = m bo U� m w # I .SZ Of °o 0 z =o y/y . m 4m Y U mz a 0 Of a m Z O I-- 0 V W N W U) Q m W H O Q 2 V W W LU w y a LU Q z w W J Q Z 0 I-- 0 V W N W W m H N Q V W a WWW W �NfV r r ZOZ Z z N r r ~ O J J Cl! pNp d N d pN JO a Q Ix 5 ot,- a f w 010 0 a~ o w w N �W �w J W w g W W IL C U Z 0 Q 4c W Q W ; W 00 IL a 00 Z—a f aW y 0 oW O G LLW 0 OO w LL Q U 0 d Ow .W. to a H W vNrns>iHvw mA9 NMvaa 4 ¢Z Z2 03 = m bo U� m w # I .SZ Of °o 0 z =o y/y . m 4m Y U mz a 0 Of a m Z O I-- 0 V W N W U) Q m W H O Q 2 V W W LU w y a LU Q z w W J Q Z 0 I-- 0 V W N W W m H N Q V W a F — d a2 N X darn mJ cm J1- OC C O w p Iz ,Qm CL a n ° m W V 1 Z C1 U C N `= pxj (` 3 AL d fU C p Cg! [0 C N O C C C° ° C O N r W O° =� o�'a U d m C O a Y {�gipp C N d CAR T N C U l0 K LL O � V N C a 4 . W N w )0. a) M 12 a� � � ) U°I Ea N L (n L OO D T S d° T E V y O 5p O U L ° L a C jg C y L N N N Ol Ol C C N N co C m 0 O U O N N N N E c- -2 m d W m 3U 007C7C7 Z. c� w w 5 ° .•a i N O d m f° f° v N N ° YC C N aC O O C Po _ r U n�U O l0 Ym t—V 0v M� H _L dd3 mtd .p w" xxxx CA00 �a `7 V E y� m'nd T p N W!5 C 3 � o o �Av° a E oa v �3U —x mmaa L DHd U L (0 L W= p H L U L W x x x x ID ID O O C� pp d d 2 N N C m mO C C • �i N d 23: NID (0 N U ICD L E 3 a N cc p w IL W m m `� N W an d �_ r m O — fU U m m O O N UUP N C _ ad =O 0=.w Y N l0 aC.L... O d C�05 E N a N w U O r C_ N F N N a C OE N 1$ NC w>. O1 f0 -u 0. U E y 3 p C p O— L N N C p) V1 N N '-' N ME 0 O. F ��Ea r O T �n N U Cid Sa2 fU C W fU L O tn�m Z r N CO O N NIA A C. ---i-�--� -� z O F: I IL O 0 v z O 0 Y W a z O H IL O 0 z m 0 z J IL D O Q LL—IL IL C N mg cm J1- OC C O w p e F m U Lw, S WA Z N o E€ Z r 0 d Y•gg C Q d F o AL C F C=oa�� K N d p b ZN =� o�'a a v p Z H Y W a z O H IL O 0 z m 0 z J IL D O Q Z O V W in KI m hz � aa� W U y ma W UPJ a R wO a w 0 w W I.-LLI (D w0 Z Z Q U r� ZLU V 2V U 4LL F W LU Z VLLI V iQ W U W C1 QLL LL LL J � r C O c� D lu � G N r - N oc� m a6 da u, u s C M"2 m 0 5 E F a U) c yo �7 y O W moU F U3 U to m Z wz wZ m � O� U p C]w 0a Uf2V $S2 a e� o p Z Q Za'�Z LU tp Z z G b OrO O MON m a � o• a f "U WLL Q z K'O LLZz a O O Wf� m go a v)W m <9z U >O x �a r �vOJi w O zuj CL1 �o w z � • d t � Q:.1 r w _ 4 - �� •y i �z - Oc f p t � W c ^ w� W 6 LL mz Ip F Z W m .0 •.L ,.. Ol W ..0 WO -6=1 s3INVA L) g C Z O V W in KI m hz � aa� W U y ma W UPJ a R wO a w 0 w W I.-LLI (D w0 Z Z Q U r� ZLU V 2V U 4LL F W LU Z VLLI V iQ W U W C1 QLL LL LL J � r C O c� D lu � G N r - N oc� m a6 da u, u s C M"2 m 0 5 E F a U) c yo �7 y O W moU F U3 U to m Z wz wZ m � z LLlm p V 0a Uf2V ��� v o p Z Q Za'�Z LU tp Z WW aj V1W O zz — O MON SS fJ UUOW cwi¢upi WLL Q z \ m o a SW m go a r w w _ zuj CL1 �o :i QUi W Z z Vas Q:.1 r w K • Ip 4 - �� •y i �z - Oc f p W U � W c ^ w� W 6 LL mz Ip F Z m m m O z LLlm �x � Oza ��� v Z Zpp O W Or J$ Z 0UY Z Ot-5 Q W 1IIOLLL Z Q — O MON SS ui V fJ a¢r+i W cwi¢upi WLL z O \ m Wz m go a r Q w w _ zuj r :i QUi W 1 Q:.1 z 4 - �� •y L O f p .4 •.L o` ^ G 5� W 6 LL F Z W m .0 •.L W L) m m � p U U � 6 O � p L C N Z r — LL Z W I\ 9 ui V w LL WLL +AL \ m m LL w Q w ... A zuj QUi 4•d Q:.1 z 4 - �� •y O O f p .4 •.L P < g U LL O G 5� W 6 LL a O � m m � p U U � 6 O � p i 4 UJ Z r — LL Z W I\ 9 ui V w LL WLL +AL \ m m (wj r Q w ... A zuj QUi 4•d Q:.1 z ..9 O O A m U O O w a, � LL z_ W 4 UJ Z r — LL Z W W w LL W� � U LL a 3 O Q � a 0 4 � m UJ w LL W� 04 (wj r ... A QUi ..9 O m m z .4 •.L :.1 U LL O G 5� W 6 LL a O � 1130011 NNl3 AB W"O Wo 0 a LU m W to U z w � F 0 y O � a F / o. uF -� m O a� F z N',� W m r m' it c I' QQ 7z N m < f/1 iti E°�X z S 4 oz LL, W � W z g 'S, Z, m FL y 00 (7 2 FZ 7 0 ❑ U z z0 0 C 8 C z r N Do O T 'y C C m m QQ 7z N m < ZH E°�X m U S 4 m W N W 0 E 0 a CL 1�6 t J C y L 0 D yCy O W IL ° o" W W O mo Z x O d� M C N C a TJ Z E_LL�� ny m aL.+ IO' OV C i�voatn Ea U E V C -e H p O C U .27 ,O C C J1.2 V yC M o O > 6 N a 0 Zj N U U y C U G Y L C tl% F Q O N S U m N L i z g S S , Y 2 Q L z N J O O oz LL, W � W z g 'S, Z, m FL y 00 (7 2 FZ 7 0 ❑ U z z0 0 ❑ O z Q z r N Do S., QQ 7z N m < ZH S 4 z W z o s E W 7 1�6 t J .� tN 0 O W IL ° o" W W O Z x O Z IO' OV 1% F H ❑ O z Q z W n ❑Y N Do � _ OH K LL L W QQ 7z N m ❑ y U U 75 0. 4 z a a a J .� tN z ytl �u 5 k >a { t a y o Y U m D j zF 20 - 0 y z a 'S89WA a zO p LL 'T OUB 7 .9 m v .I O vi o wm r z U j (If — .I --c Z m WI z ? a VI N 0 m LL R H 0: U Iz z z �5 °' ma Lu ' MOO y w c� mZ� m Z CO) O �T+ f a U w Zw w J I 7 U 0 7 N LL -0�'a. 0 z WU z oLL 30 V ❑ 0 it x Y O F W U U z < z z o a F O U LU z a O � a 4 m O of 3 o N Q Z z z F �� �s:liatn' y H z cxi aLU 0 n w U ° � �� Q aW Z �- _ z U ym J V w WU I _b •° �7�� O1 y z7� m1WO N0' Lzu .f c g1Fw n �y z0 W Gp W Zw SG V 00: a 0 V m V Ho mz9 O 80M On H 7 ¢ a zU a0 <a 0 mV 0Z LL o0 0: z �� W W QON W S3f' day U U F z F 7 M 0 1130011 Na3: AS NMVNO __,:AG __ IL _ k 2 ! B § z 0 �- k § /{ $ - ° LU �0 w L6 § z U) �: Do, /!§I � ��\•��Q\k�§IL _ k § § / � k o ! q ! § :, /{ | ° �0 §; § u L6 NO U) �: Do, /!§I � ��\•��Q\k�§IL ■ �2«moo ■//b[| �IL z § @ k § § / � k � / § LU � . � � 6 0 «CM` ■ © � 3 9 z }\ IL o w �% ® isoULL2 Lu z § Ma k \ \\�\ 2 {A - ■ 0 w! §�\ \ a/�z y■ « IL |� �� y' 2§ ■�:/§| ■��� , � �� �\■o ��2� ! § � �IL z � w- |° § k B § 0 § o Z - -- \ ; — LU \ ■ a / § LU � . � � 6 o k k> k §�\ § E §} a w- |° - -- — \ \ m _ ; : r kr r¥ k¥ k k w w k k m. _ - — ,§ B k` LU k - - - ® / 2 §s w e w � , - � u§ f � I. � m Y O J z I I o m 0 W Z 1 Q W U c yLy .• °a��va � Nm A m ZJ6 L ham.-4IL{.L I •.�� O [V Z w ? ¢ tIG N Z I iv 2 H � m o iv .41L;rL m < W V v Z W U Y yLy .• °a��va � Nm A o� Ja = z N mr O m' E S al �} zry� z O d - o a a a g Gl ❑ 019 k r P IL z IL i H �8 ��► 2 H r n I !I N SN3N313 11113 :Ae NMV80 z � 1 iv .41L;rL m Y io f.1 Z0: a a r n I !I N SN3N313 11113 :Ae NMV80 a W 0 za0 n ¢moo az a�W NwQ H W�N N(7� w Z Sao 4�9 CC U 000 U LL U 1130011 NL13j :A9 NMV210 Zm a W f NZ wW oW wm a " wm mm U � ZU 0 U z w U Y d '�.�� n� �'•.,ral o r � Am On r� E m mm� y v.�mw m m? o P m y m W o O' C m m c am mC .2 O Wy mm O' -6 m p-2 R Cr y� m E mE N c _ S' 7oc mo c Y= U o oW C mL L m a1 C N C OL LO.V fn L- O_ w O Z wy c3 0� Z5 a) -0 m am'� O �Em amim m U) _£m z -0O" 5o �_' �Zo �� Y C a3 a �10 m O mk'wpa�'iEm2m Lm C am o- 0 oa o^ yL DOL �� pJ� I� ��xav O'= ccM �$ 2m (wDmm° C as Up �'v nU U O ~ aQaa)(DEcmi_y`m C o ym.2 w w0 wn m 0 C L Qm C yl !F N �cJ n N v m E a m 01 Ol 4Va'' m a E E C a) m k g O m 5 w N 3 8 Q o Q c ac' E a c �❑ o- O 0' o o a- o mL c � m E Z W m� Op m� O oy o m O m xE�'mo a)D 8 Em - m of O❑ c�-'ayy� > �' yy IL m� � '[L- gOw y� vpp o, mole � U Qm E ME o (D�C o, -o nLL c i U C O .2 CC m �( J .Q m m0 m Y 2Zw 2 LD O L F •5 (D (D �� p .mm mw C a1 -p oma w C C O N m m o' E m oo'a) o SC m C 2 'Cl Cra $ 0 3 U�v C O(n mmp.o8Ed d C d m C C mvy z l0 V U' it O a'F gO y C,C L NU m U. C N mU � 'L-' 2).m. N l`46 O l0 m a ), mJ C W NL W.m. .m a3 cl�� 1m U� a apa �Em C;b I— O.. ❑c (7�, d>> Pa Um EUBm�'(C mm mca om �� �m(D TUU m� E U C c� ��m _ �ymon0'E ao Em Uam as2 a) 'D CLC ��m N �CSmooE m 'caEJ y it O m 3 N Y U) Ec a`'m D o m U cC-2 m� N N U m N N m m U C C m m ,,E'O o mo2p�a`'P m -26 CL a' -2E m W O O m m mu. d' o cU (nda m n LL� co (n F a LLL U OL.+� I m. mu i UN O z r (V m V (d " I_� aJ 6 . w m a w m C7 LL o 2 z O U 2 a zZg mm a w m cc 0 a w 3:0 N 0 o wz <z o a of w of a fI'' ow Wo m I _ J 2 JW (moi J J z� az� w w w o 5 I LL �W U a w > O o oo d zz z �, YY w � : Ow a z g m U W m O ;v w Ow 04. l n , m o g o IX vmgO z w qa N ..< ZWO Owl � yr mo w Z' LL U 0 U OW 0 w� LL T 24 i Zia o c u' a m z o'g z o z F U " M O b W U) ¢ ¢ 3:g OU [ dA11 N R-� r w cc w �n w e a m m (J LL (7 y fm U ! ..._.cc S31t)yA -5 < w ✓m 1 5a ¢ a m = axf K Wa O m O U U az W Fr k y wm w w 1 m 0 0, a w (� N O m a W 0 za0 n ¢moo az a�W NwQ H W�N N(7� w Z Sao 4�9 CC U 000 U LL U 1130011 NL13j :A9 NMV210 Zm a W f NZ wW oW wm a " wm mm U � ZU 0 U z w U d '�.�� n� �'•.,ral o r � J JUJ 3cc Irk w z UJ Z ¢JQ Ua H J W d > m V J a. W � J W N a w 3 O N m Y U m w Uv wO Z 5 m n m �� m a) -La T) y 1 KH Uj v a V A0 �7n N c v oCca) w— 0 a) m c o� m m y a m 'a 'm a a I `• Y (� U CL m - :F 16 o m °� c c8 m Eg Ev ai n� 12 E o c `oo ma 9 m o❑ voaMo c Qv a-- m co :F m �2 Yt ai4- U) -0 a)6mEo r DoE m0 C OO mm v f)� yY Im a 8mC U) a) 0 c 42 mSl a)0 m- H O -z- -z- Jv"� n r r m l v m2 2 U m v U a) ; a� v rnQ a a E m° ac) m c- M- v � H73 m C- ° ryry E x-5c,-. Oo m m mY a)0 y m 0w o'N a� �+ E m Uo 3�Nm m a0 M m m ��°: y o m mo Yy nY m QJ is N� my a �m m=a—y o mEom m tm ov �m aNia3 Lm ma) �a o D 'Ll �'E E 68 c� ) t d ro Q U �c� LL U •= m °c c c o� m �� �cc g y o� o f �. w �3 c7j o �my1 f o� �m of ca�� 8 `y U0O' E c) Eo m� SCC O N Q ccVl •L.• U� N LL V C W � Lm•, 'k •� a) C mvt LU 'Fu WV m m m cc C o wUa) c3 m� C -V m E> cI C°O aL at. m V 0 m C m' J NJC E IO m w e w o � caL.2 cc a�� IL V U m °❑ y 3 a m cis y m �� m �� m oc ❑ °m �Y8m� - TUU m10 E�oc>C W.- a� ❑C'v Vam zz m t aa)i�va) ��cc �a U'cc u7 0) s.cc�m EA c mE rami rya Uy N� a U��m� �� wWa y E>. �'E C6 a) me mm� ym m mCm� �m 'D a) W m a) h ¢ 3 a Ocm ❑ m� mem m0 L� yLLa yU F mU tY F o£'n� m 7a Uy a) �m a0W z cpm l..,i4 mz We r N lM v N )O r co Oi OX d ww vo U Q -1w� K Fa Ouu��o ww o�H 'UO,� s❑sa' Sm UU C7LL O ❑ =2F YYQ Z1 UZ W�� ZZ ZQZ °¢W WJ Q Z W 3�OU wg II,,OLL ma F0f Qa Wmz 3KCf m m w m,0 W W 'www MOo ��m ❑ U I mzo Uam QZ F ❑ w zx C7 O wN 0 w om W L) 2 0 z Oz f zoua 5z z ZZ O � U ow m vI 00 22 UU �- I OI Z Y r S Cf z m zw Dao O QUa F z O w m U 0 w Uv wO Z 5 i? Lnr �y. I 1 ` 1 Z KH Uj C 0 ) vl,4D� �tf`p - �I d F L6 w Z E ` •- �h �� I `• ac;� a z I Z m -.1 C07 o° 5 ?Cf w w�- LLco M pU d ?'L, o a ( 7 Cf cfp Uz a� zlul uw r m?� 0 01 ❑ U 0Z w H O -z- -z- Jv"� n r r m l v z < n ¢i a F°J WY �Ix fty 4x4 w�c� waw c0.>Wo cW7 CjZ �Q z o WI.`.] Fa OmN 1¢i O,w L)w z0 w COQ z° �Zm v~i N �Z QK0 UQ N Z g UU_ -• �.•. •,•. .•�� �1 LL U L) ¢ a U - W Z �F ;!z a w W Z 2 ❑ %U Q w ~O� a U a Z M J Uaw LL O W a ��� 1 Cf O >p OZ ❑ zz tea Y a�� Wa m If O- a Q�� 3m 0 m Uo a'K wQ U W w cpm l..,i4 mz We qa m a m U f W °J W z �- I OI Z Y r S Cf z m zw Dao O QUa F z O w m 0 0 o V Z a ❑ w.� w� z W W v% Z O WM i U �a o w O u UmO? 00 WW �w �wo W m0 wO wo W k 0 'o5 5 z g3 fz fz w wo0 o0 a 00 �w 1❑ W .W +rm � ❑ ❑ 117 J JSI ❑ w w L5 Na'Y V J f Z f w = J = O�O 0 92 �S 7 zU �Z 00 0 U LL U 1 •�(� wy ll�lx U 0 w Uv wO Z 5 i? Lnr �y. I ` 1 Z KH Uj C 0 e vl,4D� �tf`p - �I d F L6 w U== E ` •- �h �� ac;� a W u $ � Z m d°° C07 o° U Oa w m c pU d p o a s - 0 0 o V Z a ❑ w.� w� z W W v% Z O WM i U �a o w O u UmO? 00 WW �w �wo W m0 wO wo W k 0 'o5 5 z g3 fz fz w wo0 o0 a 00 �w 1❑ W .W +rm � ❑ ❑ 117 J JSI ❑ w w L5 Na'Y V J f Z f w = J = O�O 0 92 �S 7 zU �Z 00 0 U LL U 1 •�(� wy ll�lx Dfw/J K ❑ LL m O ZZ H ! a ma zof C❑ m Oo ULL w Uv wO Z 5 i? 1 �y. I ` 1 Z KH Uj W F L) w '�,� 5 IL a ic� I wa �,, QM Y Q 22 a o OJ I � w �ci K ❑ LL m O ZZ H ! a ma zof C❑ m Oo ULL w Uv wO Z m 1 1 �y. I ` 1 Z KH Uj W F ZO IW ,O„ W '�,� Fy JQ ZZ\ZN m �,, QM ,)w � LL W aux P I1 C07 a U Oa LL zz m c pU Fg Z� Cf 2� Viz❑ rc Okzz 0 01 02 G O'Q❑ Caw W w U F �Zm ¢i a Fn y U �� Y Q 22 a o OJ I � w �ci K ❑ LL m O ZZ H ! a ma zof C❑ m Oo ULL w Uv wO Z m 1 1 �y. I KH 0 5 U J w wa U m O U � z� W U wZ Ow w a 1130011 NN3j A8 WVdG f J Q IL W Q d' U W V 0 O W La IL W IL W a W m m 1 ` 1 Z KH Uj W a 0 Fy U K WZG y ms C07 U Oa LL zz Fg Z� <g wzCf wa a Z �F W w0 a Wm of �� W wW w 'o CIO ❑m wW N �c , V I Z g UU_ -• �.•. •,•. .•�� �1 LL U L) ¢ a U - W o. l ❑ W Z 1 %U Q ow a Uaw f J Q IL W Q d' U W V 0 O W La IL W IL W a N ID E oL aw) �_ m a10i0� al m 8-c - Z $ c y al .2' c 3£ E ami E a v o m o = N = -2 V 0 c E ° m 'S'2' Cc .. o ow a) 0, t ° oho °w� ° ° 'v ° �- y 0- Y p� r m 00 pai d. o_ 3`C -Cllm o _ " Ua�j Ct Nj �J r' R_ �,',�ti;�p m; � � O F � _C1LD 0 YY� o. u ° L. E c CMD 4j.5 Qy w <' ..m m==c c m c mE 15 a) F' 1' / 0 = 20� =ap °� om �� c� � F�' � � n 0 m. m o k0 E v m �4 o �1 —' Y nm m m m l -ix i z t Q aL mwo o�m`m� �a n 46.N 'per b .y W Z a 3 �°-'m �N���� P P L~ E 9 10L� LL N UN N _ G as f L L 0� a) m .-6 N 0-0 a �' l0 O LL H r m �� mit-ujL m� m >v E 8 rn x 00 x W y c m" o m m m m ~ a YZ- 7 _d= Cw, ca Co. O V Q ay SO � _ Uw a) O ai a a0 M. C -. -,a, c c O O S m 0 w w mm� �8 ca;2== M. n =a) m 3Y eco }, 2 `" 0 2 �E a�wv m 00 a)m m n� Y c Y'a� / F7 0o_>- = p °oCc ma °�rncmv a, a, 2- v ) ami:°' co T� N in� v �andx E E nc� n- c a) lam Q mai z c3c� cwc5o€ �� oc' '� -a Y0E w U puv m �om00y Nw d LD U) 11 E A Ecc 100 0 $ -�f F �E0Lam, �aa).Lm'-i-- 8Y c`4 m�E a ym �cy5£ �� a mdPo mEYw°£ `m Y alms g a m° Ev m o a; 8 m `o m o -0 E mY m m4 w 0o 0 o� cmY �°� c `�E m a aID 8 a o YEo c� a o m ml v m m o � o 010 o m 10 -2 o ,g E Z i LLF � z� w Q c a) O N C m,_ Y .2 U C _ � L c C L° E :E = N t m cc t U N N m m$ O Q a> w y Z g 0 W W a F H �� o ff 3 m �� Ho H w0 co �� Ing Uw T _ Z N M O 1° (D m r IQi w m J Z •..•O K = UI mW C) 0 UN � LLr z O Lu ° Z, Hm LLH 7 ., <oW o 00 p 3 U �LLa �jp U ~ UW = } o F JUZ z o� m o mN F _t <�W rn Z �aa _ J UOm _ `- t.. a W �_ J me wm Z il rc ,� U ( m 7O g�o� W Z _ W J QQUj a_wMY DW1NZ N wm�rw ��G D i omm w Z -w O z -ao W�VHn LLWW W �<N q Q K J z W m d Z ti a '< <i IV.Fy r m 3 �cwiw -1 a _ xI z L)_,J��,\� ( a U a z � Q xdw ,s XVIN < < w U Viii'+ U V w www �3 NIw.9 'NIWa a3 p O 7 W w Om(A s! LLO U D J t :^ O 0 go oW -- UW xo a ::: I a a� ym Z R ~O o....� �0 U ¢ g Z W w —'X U m j U U' w 1... z c5 z a L) z w a 5 v °z a N Y oW a woy o s N a s S < m O W w a 0:.-� w O O O O Zw ra.W J n W N a m'U S7 w °¢ U' °¢ �N µUµl!m w N z ¢ N o J O y Q 93 < �3 mw Zw F 3 LL w ¢ z w W Dov m O Y�— �¢ 1 0 < p <W0 . o ww 3g ILQ cW Im ULLZ 0 U �Q ON Q�Q Jo U O F O wK c ~ •, LDW y w K Qw f NN O O \ omm U O H iN m UQ N OLL 0 p 1. m Om w U W7 a F w o W Ntl32i9 1 N I z j c� U z a o m l •f --j ow a wo O Nzw o 3aViaQ ::...... LLOz Wm O: mJ mU U NLL z � ULLo`zVRRm z7WQ ? m7Zm 7�wNV3HG UwmzZw u 0w0z RUV D 1 O 00 z r�Jy VmLL111i ~mLL a wYry J UY W VIw i Wir !. Fto 3W �'.-A 1 W d �-i OZ U (JaZ a � UCK Z a m W W - y N N�Z K 1 z �Z Ow a" c?� Df iw g mm � ym zr ' , 0r m 113aall NU39 :A9 NMVda N in L wW 0N C7 m 2f Z 2 O0 z K I ww FW 2wzw OF OZ Nu�i SN3N39 1119 :A9 NMtlNO y W rU 1 o0zz z {{� W G o o r�yw W U SS� W Q a Nawa 3 1� w 0 E 0 o O 3m LL §} _ Z ❑ Z a a z 5 ui J o o v w & U w v m o .r LL N a d c v x r .9L .BL z O a J W J Q f W < W - K OFo ------------- wwm w O ma .................................. Oft om IW W � Q \ N F 05W O J Q f W < W - K OFo Sz0 zwo wwm w O ma .................................. Oft om IW w J N F 05W O X X0..4 U F W 2 O N z O F U W N Q U IL W o zo= N c ! N o�w¢¢ Z -tzi 0 O "1 wz.w N w m3�o LLp.ri Z .� j =f E z F$: a t S 5 f w ?i• �W 6 O O r $ in 4°UQ :s 3 F a (3 y jOa zLL0wm 03= _ UZ� wLi J zgZ w - myLL Dw � n =rw W z V a r Fx �c EO)a p co wpm r z ZrF N F�JQ^ HU 0¢ w=Z U_ O H U w \' (t(a7i U) aEO) Oro UOrUii `\\ •r TZ 0 ZO $ LL U fJ/J U >' Q •`; r �Nw `\ �Om w p < \ xFvZ' l \ WLL•'• \ \\ Owe \\ UN d1 va G� z 0 o LLa�U) 4::; .; (:r=•(�;;,,ti�`` JOU F q ¢moa J rr; �.•n_v'- .;•.,—_ OF rn w l \ 1 V�9 Vr O wO z/m V 0r r J? Ill l�i \ ♦1 I wm 51 { ;o°oll o diii its ar wp Oa !! IQ OO J W \ WG mm om0 Oo w ti �•.. �:.::: J x w S F x ~ H ^-Na>zo aa i U)a .. w �-c - J w Oay ���.-. Wm Z OF J m w O r :,��.',• m alp o Um i. opo�P��� a wLLr J�l1/>17 wig �Za,DW mom 02F=)M= 02 O 2 SN3H38 TIB :AB NMVHO > F w Q c C, � - o m w o� $ h OF.; C N F _ N; o �$ o� a cN gam � y3 w d p C O a r, a c �v >` yw E as .-. O N jA 'Vi o m o N m aba N C� m OI — N C co o0 t N �. Cl c mE°k Ea tm yc ei E 3 - -q- U3 c. r a a6 U, �• m c O 2 r N (6 V W o zo= N c ! N o�w¢¢ Z -tzi 0 O "1 wz.w N w m3�o LLp.ri Z .� j =f E z F$: a t S 5 f w ?i• �W 6 O O r $ in 4°UQ :s 3 F a (3 y jOa zLL0wm 03= _ UZ� wLi J zgZ w - myLL Dw � n =rw W z V a r Fx �c EO)a p co wpm r z ZrF N F�JQ^ HU 0¢ w=Z U_ O H U w \' (t(a7i U) aEO) Oro UOrUii `\\ •r TZ 0 ZO $ LL U fJ/J U >' Q •`; r �Nw `\ �Om w p < \ xFvZ' l \ WLL•'• \ \\ Owe \\ UN d1 va G� z 0 o LLa�U) 4::; .; (:r=•(�;;,,ti�`` JOU F q ¢moa J rr; �.•n_v'- .;•.,—_ OF rn w l \ 1 V�9 Vr O wO z/m V 0r r J? Ill l�i \ ♦1 I wm 51 { ;o°oll o diii its ar wp Oa !! IQ OO J W \ WG mm om0 Oo w ti �•.. �:.::: J x w S F x ~ H ^-Na>zo aa i U)a .. w �-c - J w Oay ���.-. Wm Z OF J m w O r :,��.',• m alp o Um i. opo�P��� a wLLr J�l1/>17 wig �Za,DW mom 02F=)M= 02 O 2 SN3H38 TIB :AB NMVHO ■ � \ { z CR B f # # ) }E § ƒ / FES § ) � � U) 1 | ©5 ° ■ & § 0 � ! ME k 2`§ ® � �§ 2 $2 ■ _ $\ § 2 k E 2 z r w w k k7 w§ \W MW § v � L _:IAO _:w_ ��■ z CR B o § B § � U) 1 | ©5 ° ■ & § 0 � ! § k 2`§ ! ��■moo■| ■��©%§E� mm a m❑ IL 0 Z N 0 ❑ z o o mZ �am w�w � Z'g FZLLO ❑❑oQ OOaU mm.2 U, i Jm o0wrx LL IL O w cD W ❑ LL Q ❑ z N w J !n Z WQD J3 z z� SN32139 1119 A9 NAMJO ❑F N N J 0 X X� °ma m X 0 W Wz U m 2 U U UFFU Q ❑ z Q F Qm O w# w w w a- �� ❑a D F MZ =r0 > z -WO C) z ZzW zj a z 7 z� o z g L mom m "000 w m� 0 mm a m❑ IL 0 Z N 0 ❑ z o o mZ �am w�w � Z'g FZLLO ❑❑oQ OOaU mm.2 U, i Jm o0wrx LL IL O D a � m cD W ❑ LL Q ❑ z N w Qm m WQD J3 z z� SN32139 1119 A9 NAMJO w w LL N N J N w t m ha= I .Z N y T N X Ol m Uy Z f� 1 r m e E'K t �mm rn 3 d o o c y amia do t m ; o � o a o � 4.2Bami NE in _m rn oo > 'c m x a) d c 'EI) o_ tL U nm m j L U L Z m m c 3 rnm O Y v N O CO COB O'er ? C m IpOI c O1Q Omm, m m m m V E m c o_a ❑ 3 (,.dE m m c'o y n> wN ti ai e'm �c mn o mUt Q;N d m� cm m go y m X OO M O)o L O C mNa1 c,cE0O C O) > 'C m 7 m VC �5cm, �ia!om °o c m coO m m�Ptoi N�a.0 a)m M V% . . . . . • • �' O O 0 J wW 0 O z 0 z O m D J mJ ` I'Lu _ LL LL c Z. czLzu ❑oz z '0O Dow w 2 p❑�Hz F m7U INOJ3❑ oO U ? W m O J m c�?wmwLL ZF QMJN0 ZfgKFNw wv�a�w �zW06 ��3v~ioU EwOz-E rw- W� aZIon, PO~i 3N Nz ?g.0N0-o w3 h? C7 ❑LU 0 m Jm Z�❑❑FU w Z❑ M0W w FO J m 0SIL Z m LU a Z W m F i 33 o0wrx � IL w D a � m LL W N� LL W ❑ LL § Z w¢ LL SN32139 1119 A9 NAMJO 0 J wW 0 O z 0 z O m D J mJ ` I'Lu _ LL LL c Z. czLzu ❑oz z '0O Dow w 2 p❑�Hz F m7U INOJ3❑ oO U ? W m O J m c�?wmwLL ZF QMJN0 ZfgKFNw wv�a�w �zW06 ��3v~ioU EwOz-E rw- W� aZIon, PO~i 3N Nz ?g.0N0-o w3 h? C7 ❑LU 0 m Jm Z�❑❑FU w Z❑ M0W w FO J m 0SIL Z m LU a Z W m F N 'a c E qq Y S C Uf W N w a v a0 .c m N_qi ?m w V vd L In NN U Cam OEL N ary y4. o m > cin« y mvEaN�i :19D W o m m 3 0 �`m $ o my as d�3 ��c N V. ' Nt wi q N a O M S[ T1 a'[� V �^ NN u c m c N> c" 'J N 07`•' L a1 E �o cc m w E m 3 xr mar F m y a E m ) d a c 0 y ❑ c '§L, m "D ID 1 L� myi l0 m =o o 0 R,- a Y i OF �aar3 N>. �Cc� N N c p __ N U a O i N m m N _. E m $ v "`o 3W v a S � ° ° N F mcg _o °J E C>•Q-.D °=rno 0S= 0oz v -v E dw mI m ' v c❑ ❑c D m w u •p u c�ar '6w° 'u> CC G C O 4 ° v O N J rM = V at 4 mG'a CD 0 N ro C Y $ 3 'N C •- C0 y '.c-_. p N O C N 'FMN m y �- rn 01?Q N.0 ❑... m C Y _ E V [�� w ICN c 2 N -E P N w 'p n7 9 8 ami �`c°e3E1N E y0 a �1 O= 'C C "� ar Q w� N N O a U ^#= �eE WSe �o_a C C -E O pl m Moov w0 -,C E Q'n _ � _. a c '- C, Q �d ao -0 0. c- N 3 �en� n Y N O0cyy L N ,- N GAS `oma ro a So o m m a)'J E-9 v ❑ a m E'-.: �w4 � rn m -00 > _ m N a N 5 L E a a.v m 3 p? c' a a--- m m y o.w � c c E m 0ID - 4) ID°` Ej er ('_ ,G w L C �. N yw - C .-.. r p. n1 c I ) �j N 0 A � C N 'j 'o o O m CL cc L `, 'O L_ w O C 'eco G L C tV �'o O0 L N a) t5 w '5 C O LD N N,im w cad �'��„ aO c ❑u3 aca3U ID o aa) - c o m rn 'v waw �C- mc;c & 7 �❑c 0 E t"iN�ra',°°!Ey°• E rAi'g8-f •C L--. y N k w «� Go� cry o ii u AWN u N �i c"'cn EfOa� N P c' U. W y p C c v E mm UN C sq' �,. •_ a Z m vLw ID m�++ T O G fa3 N L. f" N r Ll- �S at ° G c a) x� w O N v 'v Eroc m€N a ac c X 5 W t n N a w- m != N cN�i E v U v 0 cL c (ANN u W v_ •c `o ii U y'4N2' ycc E m N N cppE N ra o a E t2 Gr�ppU) E �ii a� ce v o N N a v p a c E �� v v N o d cLi �iL Q _ L> •wT 7- c m= a) w- N �y m -� N FW- ¢ s�i3;i E,LL F w J Q v m W d fa c .- {y=p O- U W Q 'L-' O Q T +L.' y N Y Lp�� �. �p Zr (V t�1 V N f0 j, `2 `I W i7 ooff yNN acidy N L N N N r0-• N N c U '= i. ['u 4 E W w t� 1 1 h N - m m N � N F N (A (A O� J 3 la 5 ni C� t7 E N V ui Fa 0 %^__.. P:oo zM 0 •-. _�a� �OWa z O X m m m K '�% ` , Q 3�= O z Z F O O Z w c�r _ m }� D K z U f �F m W � z f = w0 O g a µre r`�./-7' �J Z 0 O a G ���. z x x w ..1.......,. .. w U U z w w W 3wca ❑ ❑ z O - _ _ = w ao 0) 7 F F o o 3 G R O C Z Z p❑ w U N2ltlW a m u o w W W 3 a fq u Z, 000 Z(7C zym ..z m�0 .D 0 H W Z a a'O~ a~ ° O omi.ko vsn :AG NMVUCI a N w OZ QW os fl \ E "' }F KZ OW ao ❑ Uf W p w y � w o p a N W woz wLL, 0w L, 0 n 1 U lw _z i _-1 Op _ > �z m0 SIU is y z g w O O w ZW W A ("dA4 N gSo � opp a N `m O U Q Y�1I' Zy W r j D�yY m W w o N w p a i ' F N U z � � o fq u Z, 000 Z(7C zym ..z m�0 .D 0 H W Z a a'O~ a~ ° O omi.ko vsn :AG NMVUCI a N w OZ QW os fl \ E "' }F KZ OW ao ❑ LU F ww O O QW FF -O^ 07a H Ow Z Kr 0-'2w = p 0c7 m 2 aw w w w N oiu �aZ ?❑ gra �'w wmo ❑ Z- In�w ;� �C.xN w FOa ❑wN w w carr ❑�p 117n:) ZF JJ.. z ❑HL�Q n. -,Z ( wF LLI ya Za m� �w ro > w C,O C W =c C N C_N 8 O Q N oZ (D E °_ N NV N� c'D S� 0 R'o a a a U m -5 0 O C aj N,N W U U U W N w 0 i> W wg ° W a F6 a m w7 aw W ?� OLL a� ac �� pN Oro c l* z y fWx <0- L4I RP�� sp�pyy Uf W p w y � w o p <jz a0 N W woz wLL, 0w L, 0 n 1 U lw _z i _-1 Op _ > �z m0 SIU 3 �7 �' 0 a Ky g w O a w 00 A ("dA4 � n .9 NE � LU F ww O O QW FF -O^ 07a H Ow Z Kr 0-'2w = p 0c7 m 2 aw w w w N oiu �aZ ?❑ gra �'w wmo ❑ Z- In�w ;� �C.xN w FOa ❑wN w w carr ❑�p 117n:) ZF JJ.. z ❑HL�Q n. -,Z ( wF LLI ya Za m� �w ro > w C,O C W =c C N C_N 8 O Q N oZ (D E °_ N NV N� c'D S� 0 R'o a a a U m -5 0 O C aj N,N W U U U W N w 0 i> W wg ° W a F6 a m w7 aw W ?� OLL a� ac �� pN Oro c l* z y fWx <0- L4I RP�� sp�pyy o p w y � w o p g N W �yao V n 1 U aCJwa' H~ Y oci Z .r r00 Z w _z i _-1 Op _ > �z m0 SIU o �7 �' 0 a Ky r v O 'd Wa. t W -- --i-mom. 00 � n , Z d IL W i �1C� \w � � '^�',W ❑ � opp a N `m `� Y�1I' D�yY a J�.U' w o Z 4 JJ F i ' F N U z y LU F ww O O QW FF -O^ 07a H Ow Z Kr 0-'2w = p 0c7 m 2 aw w w w N oiu �aZ ?❑ gra �'w wmo ❑ Z- In�w ;� �C.xN w FOa ❑wN w w carr ❑�p 117n:) ZF JJ.. z ❑HL�Q n. -,Z ( wF LLI ya Za m� �w ro > w C,O C W =c C N C_N 8 O Q N oZ (D E °_ N NV N� c'D S� 0 R'o a a a U m -5 0 O C aj N,N W U U U W N w 0 i> W wg ° W a F6 a m w7 aw W ?� OLL a� ac �� pN Oro c l* z y fWx <0- L4I RP�� sp�pyy -W W Om Z aw Z 3 r¢ ZZ p w y � w o p 00 - N W w Na w g n 1 U aCJwa' H~ Y oci Z .r r00 Z w _z i _-1 Op _ > �z m0 SIU rcr LLI �7 �' 0 a Ky r Ow Zr Z Y� O 0 -- --i-mom. 00 Io n J Qa•_OJWOQYW^ Fye H mm f I N I^ aZW�IL ~R'UO?w 3Jm jw Z�IZNIW U? Ki7� OW dUI�o Wa0 W 00Z Zaxn O O!AzoN NIFZ xwx N jw azW z% U?�OOZO�w aha dW❑w Ow xcw UZ Z= wW� zJ"' g OOW? w ow z� am aW3w-N ❑%w w N Ute'`• Ur �V 0``5'17w(7g030wwc�ZCl a O w J iL K ❑ Qa m w O a .9 S3 N Z 0Z O F N O U J a P. Y LU z 71 A rcr LLI N O W O U u d4ePy w 3sanoo 3sve do doi 3111 Ago13y Lvi1Y,INI4N - SZ �W Wa � ' o Nz z ��-^� Zj0 O 0 0104w wULL 0 z Noce O O wow W yLL, w N Opo U09 6GJ I t.'r •xdw .an ✓. I a a 30V80 C13HSINIJ 3Hl MO938 WnWINIW .DZ 2 J m F 30Z " J ry _. ZZ• Z zcQ:O TTI r W-- �� v��>Jn W �1!' %Za0 ^� ZMxNKSN Z ^ , �4lL z =rJ zIn "Zzmx rF< w -- .. X161620 Qk z V o iNNNVg Fy Eom 2tn tnroLL J L Eo $ <o a O / m •BIL I I •IYS m .ZA c J .41i 1 .Ui W x y a°3 W r =g F LL Z tl W ay BMW NZ 1Q N. Z0 J w 0 gF �a % . J z c0 m LL N� J W J Z W Z Z = -� Q U I=j J W i i IL LOU w z w LU mlWii y 3wi0 iz Zx 1 g❑ �8_ o ' .A ¢ � v •• G Q VIE, I I �• � . _ nE Z W H 3w wQ �g -0. Irn a m0 =r0 Irng WW zgw Z J i w� rg `I m Ino❑ ¢Q ❑ 1 W wOg aNa M0 7 LL 2 >y aw wLL 3"69 0 3a 1 J O0013z JO -!W = a LLO 3=;w � LU a=a(.ryyu}• N t�VgZ Z W 2 J ' zI = w�I Sw 0 N a m ~�_ {rIn 0 Z w ❑ n Wm c9w �a " a� Nfn ❑ LU W 'Im3Q3 wN �z ? g LL O Z %a _ JW mz 7d' m g x x- mU2 J Z a O N fnZ WF re z i NN QQ y .0 ozZ Fz zk a Z Y m .4 zw WZ w x z �m 22 OInW 030 IL 0 ?m w ❑Inw DOT J J N 2 m O LU w� �g -0. Irn a m0 _ z LU Z J i w� rg m wf 3m3 m'm> M0 7 LL 2 >y ZZ N�Q wLL 3"69 0 3a 1 J O0013z JO -!W 2 _ LLO 3=;w `v �g -0. 1 w m0 _ z LU z i w� rg z r z m 3m3 Z- 3 M0 7 LL 2 >y ZZ N�Q fl, mx" gf/1F jWZ z J OZ J a °Lmua O m Noyw COI OUo JQ Irna Z � LU Z rmU W J 7QIn o m0;, z I LL cJ ' zLU � I P j , LLQQ W m 3 aa W L- w H3 J I J Wr O L LLg = zw 0LL -w Wm c9w �a na In (6 °w� Nfn ❑ LU W J m O3 �z ? g LL d Zw w Iris _ JW mz 7d' MX "� r ❑ J g x x- mU2 �Q m Z a O N C: M OaO�AO vsli :Ae NMV'dG O 9 Z R y ° a 2 �g -0. 1 w m0 _ z LU z g a � m 0 ww c0i FJ 3m3 �¢0 LLw ZZ N�Q Z �amLL my a z Z N W N � g LL Irna Z � �0 x aGI W a- z I LL cJ ' zLU W J W j , LLQQ W m 3 g; Jz_g w J J raw w w J m 0=p na alnZ Za j W W J F O NaL `m_W e 7n �O J U J W a "o I Z rw OSw IL D3 w J fn m w O w In fr1. a O 49 O V: t .rtAA+�Z a m O o ZZNa w0 cd �tf =n 0, CTj "o o 0 8 s a J Z W d N IL 0 �vrw� 4 v Z 3 oo a, 4 J H H N � N z ai N z x� 0❑ r m J a � % OQm� az a =- ❑Wp� yx O N 2z ^W .Z.0 3zJ �QrQ ❑Nz w ra QQ rIa �a(g Jr ZO 9ze m W fq¢Q Ja Mir x �g -0. •� JJW W m0 �II J S a g a m �_ N❑❑ ` m F 3m3 WIH z Wp F waln"C¢9� ZZ N�Q F J � z ' ILO a z Z Z as Zmr w � g LL Irna Z � �0 N W S W a- z I LL cJ ak O zLU 0 = Zz �z �Q Z L< 3 3 g; Jz_g w J mN J m a O k F O e 2 W J J a �a O z i WS > Q .0 ozZ Fz zk ;.¢ .b .4 zw WZ w Mir x �g -0. 4 1 m0 �II J S a g a m �_ N❑❑ ` i T ui J Zz e 3m3 Wzo z Wp F waln"C¢9� ZZg vvZ 0, J � z ' ILO a z Z Z as xzlrii oa z Dov, "; �w� n605 a- 511 LL a �❑N 0 = Zz wNNUq MOO 3 3 g; Jz_g J mN J ° r Z w m J a . \ � o F ❑ 9o y 3"\Wa oW ZLzaa❑o❑ g ~_ff "O6x�yW9LL m LL WIRMm w0 3' w 2❑aWJ 2wm aLLLe --%❑1Im S3 g= 3LL=n LLO 3 Q y —0 ' <O -7 e ��¢ Om O �I www :9ri �ZaZ 4/C wFm¢ ZxOw mm�m %WHO J ON ZZx m x maN 9LLJ r �g -0. 4 1 w J w � fWC �II J S a g a m �_ N❑❑ ` i T ui J Zz e cQ z z v� F O g In zQ a w ZJ W z Wp F waln"C¢9� W m� F- N —y m m z O 1 Or W 2J❑g J � z ' ILO fD FIl=7� low ❑ v l W� J f W m • a • '�v � G w %.r J .4 a wg rnLL a Z� m �_ N❑❑ ` m W �> z Wp F waln"C¢9� W O z O 1 Or W 2J❑g 0 fD FIl=7� Cep xzlrii oa `3 1 202 Dov, z4¢w7 �w� S!z "ww3 UO haw .r �� �❑N aU _ m m w c a v£ E m F>a m gmm �3 3 In m ma am 6, m c C6 mNS'c �• G tm. c mu -0 w oa cm Tg3cm 8 m nm rn �m cg 'ccP z m Ov'Q ., c m m o o m sc cl Y w m o-,-. m ¢ r -g a gym) 3 R 9� N, a $ i v' I? � m E , V)) E m EaciE m Yc! °c ns w o•3m `mcU -'a Q'-7o4)ma mm EaU yax) E° T� o m m o tEmm vmK CC a%7 E c > aomrn -S R �m� aai d mm 5Ig m EEo "wy•.,Umn U m ax O .0v t i;a 1p4 m� c w 3 a� v .0 � U o m > �a o ° �oSv�i�o d > =Z 3'P m $> me o v, wtL u O 'v v . a c aa77 m m'E I CVIF "yO vl C OINx NN ai U CmJ 1�� U m- r yj C m In c N QI W c >. _ Q m M C O c ¢1 (1 l0 ° r y ._ C N � 'c d t I� E c c E x 4) w e $ -am c� Sm Ec $ m au)m Oa) Amro Syg_. E� 'E� m >� mo r Em ms x�EaE x m m C O ¢ T O rn m m c O O Nm�Oma m E E w r cN $m� cu m 3 G 3 w a ip E ° a) �i •o v Q � c g 2.0 E LN'=o�� m� c8-- 0 < Tm cc,, ?mL mm�m r m0 m v m m U) m a aN m u, m E £ c m t w �i Cl- 4) a) mplm wE c v cm c`Om 4) :,w a mwmc�rg m10 0 ¢c a) cu 0) m E N L N L t d 10 w m o E E u c = g$ w 3 m 0 n v m8 :E '04 a) o •yiSyLm 5 A » E 0 3 .m m c m .m U o f T>� 0 cti m�n�c4) mm m w $ m 'c a��a a°�a v _ 2 0« �n3NcE3 E� c �L°o La > LL £d yv r�8 c m m c c m m m m m E 0 w _ m O o y L �2 �m E Em EmO a E ctmi.� wTi oyE .9 m v w� LE m w�i U) W- Er'�°gmE v_x c O'er m e a.3 a�> v c F ¢ i o. -D m �w c 0(0 n o- t,p m �, c d n c mv' W N $ 2 cV 17 8 >. m u d m� c ,Q ° m S_S m m>, Z 2 t. v m rn/ xm rn r>;(0 Nr m m _ m m W a 0 a y F- E c m 3 o m m J m o a 3 o a) u o E aci c $ CO o l0 = m N f/) C E m j F, -'L c y � c 0 N N )) w Ed mo m a '0 ;;Z (0 o3� a) - 4)13 i x y y .� aln v E g E c c n g a)"" m C o $ o g W �d N� U) c o�Ti sr; a c° 3 N C m . c N T O m is U O C� W" C �° CIC m g m U)a-`ai L �' � ; .Q � W t 0 ooc tc m m :L3 Ym�G O F pig n ¢ r m U m m r c7 m m U m E 7 a 'o c o N U )t V N 6r- ro of o v G .. C130VdS kIN3A9 SOfllS c .� z p„9Z w w 1 W CD Q N Z I dW w O l I ZO0 Z N W E 1 ',.. p N .., .____lI _...+1Ir.............e... _._. C7 C7 "..i1i1114dUll 0 w N w Fp W OF O° Z 0 M O (IUOdAO VSll AS NMV80 1 In w O � ? OF y10 zz c 7 , yUO,0, CoQ O_0 OZ w "a 0.0 w2-> O2 -' EZ _ w v Re F C S ea K 6 �ji.I i d,, �{ a Z W 4^ Q z= W 0 ° 0 Zy 0 �/� �1i L Q�°��• a a v� Z a 3 l J° a �Ly y '1► U a w 00 aW C7 C7 w..a w a=ac9a ¢f0a o” a 0 �c C, -Z w IS 0 H• o O e7 u y 0 b � o z 0 Z 0 O In U J z z I � x l In iF a 0 W N O =0 m F� zw z0 -w aW OI U-- W m � N a E So c U � C c c m p C Q v m t$ c a w o o c o- E E � a 'o U c' > C wU UU w uo rnED 0�� U LL K » J .L 0 O 0 "UnW aWO 90 dM MOl3@ -1 -"o OgHSINIi 3HJ M0139 Wf1WINM JZ ap O x a x € Zr o Oa z r p� Cx �" z ? W ZLL p.—�, ,�l.h, :Y�a�r, o Z m a �, zz- 2 0. fiFx ED Im LU Zd� O 0 [L 88 w w ; O w�a �tf �y , V ' m 00 u S r W ��f1.L 4Q�� i Q a_ 0 0 0 IL' p Q LL Z , Z 3 f - - 0 N �1► w F Or it w5 Cl) 0 5� NO JW m aK 2,0: w z Wr z OW x0 °Jo �g 3 - xuxi o> •• z 0 03 Cv C) n 0 _Q V U ° a 2 �N c N Z 0 Ta - Z Cx V « C7 x w ww z as � NV N d �z Q 4z �Q ;O jw �> 3 u > X 00 5 co aiyr w -Y - - z 'n 1 A�t pywNw.aizzv ¢ o ? KW wg 'J z z ozw J JZ w U� cz U z wmm� W i pZ Po Q ur Q Da'Z _ Z 5W �O w Z QQE i mw x ❑Wvi cy U WZN ,� K `. r� FN 0w°" a V w 7n Op O O z W r W m J u Z m hL `.�J - H r 2� n 5 JQ i F ¢ QQ J > 1 I O 0 J ? I m U f F .b/E L i.LJL i R 0z Qw w ��• Nn Hrp p ti.•. W r z LU W pZ Nw w o zc OF ZL) 2 N < u w C7 p U ~ Zuxi p Ua Y = 5 oQ z Z� r a x3 0.-. m0 z zz ¢ P- U' N m n i r w�F enc g NCW w w� LU aaW Nc—�zQ— mz aW in F O2N ?.a io �F3 Jz vzz wi �J w w�.J zi� i r O� ¢ mU NUi =uric 0 r a�= a puim g CxWww c�Jo O D $�3 dur \ o�0 yoW x�u wz mz N J } i I Q o r p a } 17 2 xZ Z� p i Wp^ 2c Nmo LU m U 0 � ioFya W �o m azo ❑aw urr xjxaz `� zwwQz m N • W 0 W r Q= ❑ LL g0 z°9 x �-Ury 1Uz z Q Q x Cl) (INO=IAO VSII AB NMV)JO m Qui [ s d m 0, d y y N o d m m=Q N o m N._ ,0. aD ❑ mmv p 12 c' E m m mo B 0-6 :❑ c U a 0 `Ya U z m m �1l.S c' pr�Q mo _ m try m E '0 ❑ 'c mQ ❑ YQZ' c�N m UaC7nQ ND. UL 'V vL$mc O yN mNm'N o280. amiQ)e m U= MC§w O.p am a m> ❑mm00.0 m m po�m 10'0Q D 0 r- 7, ❑ v='t Z� � m o ov d ^ iabp� tea. o ` O O ❑,,� m'w C j m m❑ mL ❑ m•-= m m(D 0 Y @� i�d p�S y� -U.c tr ow C m0 m U 0 O m v m� O 7 L d 0 d Cr m o�Q N m = va —0 y -00 wt= t5 2 m a � N E � � " H.G V N aco��mE H w or o 0° c �ycam'»XcQONd E 0 m c 0 c� (n Z w w ❑r'm w Z mV H aaO=IAO VSII :A9 NMVdC] 0 WO a C o e Jw W p- ao z=m dZ o o` P Z o a m a OAC G Q 3 F H O_9 d Y w w 0. U o U W W Q 3 zv❑- a = O j Zo 0 C7 U aww m W w W x U O ZO o ^�^a1��]]lif Z D K F OF O O z O W w❑ wq�ui LL Qa a Z° oar Wr3 Qo a o U0 m9 ~ O Q < N 00 0wzo ��3 �� w w m U U Uz2 Qm z w w LL 8 a< oW 3� z m m w = Om Za z U U m309 zm mo w°aozww oz Ezi �=mzo❑mwz ❑ K wm -a ❑> U z❑ w O< O fl 0 O ❑z oti W< W 0 O 7 Q Q�Q w m7 U W, wQ <U O Z Q W Z W a Zw �> ~W w z K Z W 0 Z❑ >0 aJ w Z 7 LL❑ Z Q m m C7 U❑ m f- O X O m U C7 U K mQ7a wwU w❑<U 0 mm 0 U r �w ®88 @ @ @ftt1VVL1 N z o °w O a N o w O Q ❑Z z v 3 s� W j xx x'v W~ ❑ ow Z mm~UOm O 0 0 O oWm WZ p >Om www m a ZZ Q QU JU x W WZ Q Qm (7F Z ❑ 0 < ~O W W#w z U U 0, ¢ U z 0 i z MOE arzaa� mF �z or �z '�O JZ ❑ , G o c� .w m7Z m7❑❑ N z F 4r Q X Z w m ww ❑d ❑7❑ m� W❑ f W m Q W LL 05 Z❑ zOQR ❑Q- ❑= z x m J U 00 Q �W m0 mcw7m wt OU m z m U a W F U [ m W � O w � a o z ZUo ZK z k w z U wzo N mw o m U 0 ❑H2 FH O = FQLLQ [L W WQ❑ ❑ U mQ ❑ YQZ' L of U mQ� 0 > ❑Z 0 Z m F a -ozwo w❑ -z Owa- " Qw m w p fw0 Omf p0 w r z oaw 1 -wax 7 m7 c ❑O a O O -Qo -o<, U� m WUU Q 4i w Z _ Jaz m z w L m zm w d 0 0 f O O Cw7 u O O@oo O(I O O O F r K F U ❑ Z 'o p O K v Z O W ~ j U H C7 Z m W ❑ w ZZ Q ? Z D w a L) W OJ K X Z m7 z? zw O w Z m U U Z Z Z J Z U 2 0 w w m m K } a m W O Z LLI } m m C7 C7 i C7 m W i Y 00000 0000 z Z W m W (h Vi R z Z allo P, a F o 0u=) I _ 4 d W o �` _U 0 �-o0 Owo pJaa Na i H O C7 V G) o d_ 3 r= Z Z f��'+• O O w ep H ZaFZOa mWOMw � U W 00 mO W Q J - F�. W K O Za W Q J N zfa % arca IT C v JHC7 00� 0wo� goo 0 UW>U aj NOa �. L J]I f7 10, - fC (�) W-_ : W m Z z W (h Vi R >o z P, a F o 0u=) I _ 4 V'U u=) _U v , Owo pJaa Na i H O C7 V J o d_ 3 r= Q°z-caio f70H2U Z f��'+• ow BE O w ep ZaFZOa mWOMw � U W 00 mO (a Q J - F�. W K O Za W Q J N zfa % arca IT C v JHC7 00� 0wo� goo 0 UW>U aj NOa �. L J]I f7 10, - fC (�) W-_ : T .� U-1, � It . z w0� P, J I _ 4 Q U Y � U J J O o g v , wfaz0 Nrca Oj pJaa Na i w V J o d_ 3 r= Q°z-caio f70H2U f��'+• ow BE O w ep ZaFZOa mWOMw > 00 mO � LLZ a—� � FSO 2 rc I , Z U-1, � r O o� za P, J I _ 4 Jho 0>Z o g m zrapS2 pJaa Na NUW= J QzF-z a�aza d_ 3 r= �QOUcoia x O w ep f7ooW 0 Naz~o >W6zzso < rcUa aa mw=0C7 O12OR 02iC.aA VS.� !,P M14hhL Y..J U Z - C� , Z U-1, � r O o� za P, J y r , o g wao'0 pJaa Na NUW= J W 7 3 r= � O O w ep f7ooW > y -w 11 � � H Z w - C� wj0 m -. Noy NUJ aFJ a a afci oof •arc rw , Z U-1, � 1 161 91z o� za f7V ZN 00.NOJ r , �J>O JaJ� wao'0 pJaa Na NUW= J 01's nn O 50o aomw f7ooW W -w 11 � � wj0 m -. Noy NUJ aFJ a a afci oof •arc rw OU (� a rc- , Z U-1, � 1 161 91z o� za oo<O� wzU 00.NOJ j 2VJ WU pJaa Na J f.7 OU (� a rc- 0 a z n K U' w U s K W N 0 m z 0 W U W N a z o' rc c� J z W f J IL H R! %U "3� J 3 w W D m W 0 a z K U' w U K W N D z _ o TTT Nzz wg w Na GNOJAO vsn ae NM"G s mr o m FQ Z W MM O� ze it tw.� a ail 19 Im 00 J N ZOZ ¢U LL 02 m y J� j o di z�W A .l laWo0; �Q: m QJ� Zxi 0 am Om Lq m 0a6 IDVkLLNOO 33S - S31WA (3UO3AO VSII AS WV'dO z 4 �...- [w� O a W z fO W m Z E Z Z m 7 E u�r fid, c•W Q W d o C II ' W 4 Vf Z j 3 z (5 qZ z [w� O W F LLI Z ci Lu co II ' W N Q v z (5 qZ a2_a Q K O OK w a0 O y r 1 O LU y K J Q =.a LL Q W Z J IL O N S Ww V�Z)4v -Im '363'$ rc w 09 ay W Y CY L w Y W 8 a z II 2 W 4 J LL N J Q W Q �W x 0= 00 2 Z Z 22 g g w W O = 3 O WW"WWL p = mo 0 w o O as 0g ;II M fOq o J LL C, CO) OaOjAO VSII -AS WA"O n X J m k Z K Q MO M sO LL 1 1 f LL C oLLy 0�� S2 W UJ y t 0 b 0m V=F F. " < aoz z ci Y K Z aO" Ym° rc ..... 1 ? Qa M w m o h aLu Q .M•.9 .ur « .9 -.0 nr LL IV r N { o f _,Y1/.: -•"may E.�. pMA S a Z' N N ° F � a M JW UJ Z. w �,� mN �W _ �y 00 LLJ IL g 3�m$ o o IBAVal d0N01103HIO a�f ®b- a v p L �zfw 9F� a'v tr•l�il` -w. n 7 � ka JLL wr 7 Z 3 z M fOq o J LL C, CO) OaOjAO VSII -AS WA"O n X J m k Z K Q MO M sO LL 1 1 f LL C oLLy 0�� S2 W UJ y t 0 b 0m V=F F. " < aoz z ci Y K Z aO" Ym° rc ..... 1 ? Qa M w m o h aLu Q .M•.9 .ur « .9 -.0 nr LL IV r N vd 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 (April 2, 2018) Standard Plans The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 16-048, effective August 7, 2017 is made a part of this contract. The Standard Plans are revised as follows: A-30.15 DELETED A-40.10 Section View, PCCP to HMA Longitudinal Joint, callout, was — "Sawed Groove — Width 3/16" (IN) MIN. to 5/16" (IN) MAX. — Depth 1" (IN) MIN. — see Std. Spec. 5-04.3(12)B" is revised to read; "Sawed Groove — Width 3/16" (IN) MIN. to 5/16" (IN) MAX. — Depth 1" (IN) MIN. — see Std. Spec. Section 5-04.3(12)A2" A-50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-1 4a is revised to C-70.10 A-50.20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C -14a is revised to C-70.10 A-50.30 Sheet 2 of 2, Plan (top), reference C-1 4a is revised to C-70.10 A-60.30 Note 4, was — "If the ACP and membrane is to be removed from the bridge deck, see GSP 023106 for deck preparation before placing new membrane." Is revised to read; "If the ACP and membrane is to be removed from the bridge deck, see GSP 6-02.3(10)D.OPT6.GB6 for deck preparation before placing new membrane." B-10.20 Substitute "step" in lieu of "handhold" on plan B-25.20 Note 4, was — "Bolt -Down capability is required on all frames, grates and covers, unless specified in the Contract. Provide two holes in the Frame that are vertically aligned with the grate slots. The frame shall accept the 5/8" x 11 NC x 2" allen head cap screw by being tapped, or other approved mechanism. The location of bolt -down holes varies among manufacturers. See BOLT -DOWN DETAIL, Standard Plan B-30.10. Is revised to read; "Bolt -Down capability is required on all frames, grates and covers, unless specified otherwise in the Contract. Provide 2 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 304 Stainless Steel (S.S.) 5/8" (in) - 11 NC x 2" (in) Allen head cap screw by being tapped, or other approved mechanism. The location of bolt -down holes varies by manufacturer." See BOLT -DOWN DETAIL, Standard Plan B-30.10. Add Note 7. See Standard Specification Section 8-04 for Curb and Gutter requirements 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 B-30.70 Note 2, was — "Bolt -Down capability is required on all frames, grates and covers, unless specified otherwise in the Contract. Provide 3 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 5/8" -1 NC x 2" Allen head cap screw by being tapped, or other approved mechanism. Location of bolt down holes varies by manufacturer." Is revised to read; "Bolt -Down capability is required on all frames, grates and covers, unless specified otherwise in the Contract. Provide 3 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 304 Stainless Steel (S.S.) 5/8" (in) - 11 NC x 2" (in) Allen head cap screw by being tapped, or other approved mechanism. Location of bolt -down holes varies by manufacturer." RING PLAN, callout, was — "DRILL AND TAP 5/8" — 11 NC HOLE FOR 1 1/2" X 5/8" STAINLESS STEEL SOCKET HEAD CAP SCREW (TYP.)" is revised to read; "SEE NOTE 2" B-90.40 Valve Detail - DELETED B-95.40 Dimension, Section A, dimension between grate and curb, was — 3", is revised to read: 1" C -4b DELETED C -4e DELETED C -16b DELETED C-22.14 DELETED C-22.16 Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 31" is revised to read: "Elevation G = (Elevation S — D x (0.1) + 31/12" C-22.40 Elevation View, MSKT-SP-MGS (TL -3), dimension, MSKT-SP-MGS (TL -3) SYSTEM LENGTH = 50'— 0" , dimension is revised to read: 46'— 101/2" C-22.41 DELETED C-22.45 Elevation View, MSKT-SP-MGS (TL -2), Dimension, "MSKT-SP-MGS (TL -2) SYSTEM LENGTH = 25'— 0""; the 25' - 0" dimension is shown to begin at the centerline of POST 1 and terminate at the Mid -Span Splice located between (unlabeled) POST 6 and (unlabeled) POST 7. The dimension is revised to begin at the centerline of POST 1 and terminate at the centerline of (unlabeled) POST 5. 1 C-25.18 2 DELETED 3 4 D-10.10 5 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic 6 barriers attached on top of the wall are considered non-standard and shall be designed in 7 accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated 8 in the 11/3/15 Bridge Design memorandum. 9 10 D-10.15 11 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic 12 barriers attached on top of the wall are considered non-standard and shall be designed in 13 accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge 14 Design memorandum. 15 16 D-10.20 17 Wall Type 3 may be used in all cases. The last sentence of Note 6 on Wall Type 3 shall be 18 revised to read: The seismic design of these walls has been completed using a site 19 adjusted (effective) peak ground acceleration of 0.32g. 20 21 D-10.25 22 Wall Type 4 may be used in all cases. The last sentence of Note 6 on Wall Type 4 shall be 23 revised to read: The seismic design of these walls has been completed using a site 24 adjusted (effective) peak ground acceleration of 0.32g. 25 26 D-10.30 27 Wall Type 5 may be used in all cases. 28 29 D-10.35 30 Wall Type 6 may be used in all cases. 31 32 D-10.40 33 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic 34 barriers attached on top of the wall are considered non-standard and shall be designed in 35 accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge 36 Design memorandum. 37 38 D-10.45 39 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic 40 barriers attached on top of the wall are considered non-standard and shall be designed in 41 accordance with the current WSDOT BDM and the revisions stated in the revisions stated 42 in the 11/3/15 Bridge Design memorandum. 43 44 D-15.10 45 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are 46 withdrawn. Special designs in accordance with the current WSDOT BDM are required in 47 place of these STD Plans. 48 49 D-15.20 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.30 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. F-10.12 Section Title, was — "Depressed Curb Section" is revised to read: "Depressed Curb and Gutter Section" F-10.40 "EXTRUDED CURB AT CUT SLOPE", Section detail - Deleted F-10.42 DELETE — "Extruded Curb at Cut Slope" View G-22.10 Sheet 2, Elevation , Three -Post Installation, Dimension, upper right, was — ".035" is revised to read: " 0.35X" G-24.60 Sheet 1, View A, Dimension @ Bottom of sign, is = 3" is revised to read: 6". G-60.10 Sheet 3, TYPICAL TRUSS DETAILS, BASE — TOP, callout, was — "15/16"(IN) DIAM. HOLES FOR FOUR, 7/8" (IN) DIAM. BOLTS (ASTM A 325)" is revised to read: "15/16"(IN) DIAM. HOLES FOR FOUR, 7/8" (IN) DIAM. BOLTS (ASTM F3125, GRADE A325)" G-90.10 TOP VIEW, callout, was — "Vertical Brace — W4 x 13 steel (TYP.)(See Note 4)" is revised to read; "Vertical Brace — W4 x 13 steel (TYP.)(See Note 3)" G-95.10 Sheet 2, Detail "B", Plan View, callout, was — "5/8" DIAM. ASTM A 325 H.S. BOLT W/HEAVY HEX NUT AND WASHER, GALV. (TYP.) TIGHTEN PER STD. SPEC. 6- 03.3(33)" is revised to read: "5/8" DIAM. ASTM F 3125, GRADE A325 H.S. BOLT W/HEAVY HEX NUT AND WASHER, GALV. (TYP.) TIGHTEN PER STD. SPEC. 6- 03.3(33)" H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is revised to H-70.10 1-30.30 8" Diameter Wattle Spacing Table, lower left corner, was—"Slope:1 H : 1V, Maximum Spacing: 10' — 0"" is revised to read: "Slope:1 H : 1 V, Maximum Spacing:8' — 0"". 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 J-3 DELETED J -3b DELETED J -3C DELETED J-10.21 Note 18, was — "When service cabinet is installed within right of way fence, see Standard Plan J-10.22 for details." Is revised to read; "When service cabinet is installed within right of way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan J-10.22 for details." J-10.22 Key Note 1, was — "Meter base per serving utility requirements— as a minimum, the meter base shall be safety socket box with factory -installed test bypass facility that meets the requirements of EUSERC drawing 305." Is revised to read; "Meter base per serving utility requirements— as a minimum, the meter base shall be safety socket box with factory - installed test bypass facility that meets the requirements of EUSERC drawing 305. When the utility requires meter base to be mounted on the side or back of the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless steel." Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp — 120/277 volt "T" rated). Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp — 120/277 volt "T" rated)." Key Note 14, was — "Hinged dead front with '/4 turn fasteners or slide latch." Is revised to read; "Hinged dead front with '/4 turn fasteners or slide latch. — Dead front panel bolts shall not extend into the vertical limits of the breaker array(s)." Key Note 15, was — "Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See Cabinet Main bonding Jumper detail, Standard Plan J -3b." is revised to read; "Cabinet Main Bonding Jumper Assembly — Buss shall be 4 lug tinned copper — See Standard Plan J- 10.20 for Cabinet Main Bonding Jumper Assembly details." J-20.10 Add Note 5, "5. One accessible pedestrian signal assembly per pedestrian pushbutton post." J-20.11 Sheet 2, Foundation Detail, Elevation, callout — "Type 1 Signal Pole" is revised to read: "Type PS or Type 1 Signal Pole" Sheet 2, Foundation Detail, Elevation, add note below Title, "(Type 1 Signal Pole Shown)" Add Note 6, "6. One accessible pedestrian signal assembly per pedestrian pushbutton post." J-20.26 Add Note 1, 1. One accessible pedestrian pushbutton station per pedestrian pushbutton post." J-20.16 View A, callout, was — LOCK NIPPLE, is revised to read; CHASE NIPPLE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 J-21.10 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout — "ANCHOR BOLTS 3/4" (IN) x 30" (IN) FULL THREAD — THREE REQ'D. PER ASSEMBLY" IS REVISED TO READ: "ANCHOR BOLTS — 3/4" (IN) x 30" (IN) FULL THREAD — FOUR REQ'D. PER ASSEMBLY" Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYP.)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Detail F, callout, "Heavy Hex Clamping Bolt (TYP.) — 3/4" (IN) Diam. Torque Clamping Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYP.) — 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)" Detail F, callout, "3/4" (IN) x 2'— 6" Anchor Bolt (TYP.) — Four Required (See Note 4)" is revised to read; "3/4" (IN) x 2'— 6" Anchor Bolt (TYP.) — Three Required (See Note 2)" J-21.15 Partial View, callout, was — LOCK NIPPLE — 1 '/2" DIAM., is revised to read; CHASE NIPPLE — 1 '/2" (IN) DIAM. J-21.16 Detail A, callout, was — LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x) Detail A, callout, was — LOCK NIPPLE — 1 '/2" DIAM. is revised to read; CHASE NIPPLE — 1 '/2" (IN) DIAM. J-26.20 Sheet 1, NOTES, Note 5, was - "Connecting/clamping bolts AASHTO M 164 (ASTM A325)" is revised to read: "Connecting/clamping bolts ASTM F3125 GRADE A325" Was - "NUTS AASHTO M 291 (ASTM A263) GRADE DH" is revised to read: "NUTS ASTM A563 GRADE DH" J-28.43 KEY notes, note 1, was — "CLAMPING BOLTS, 7/8" (IN) DIAM. HEX HEAD BOLT AND NUT, TWO PLATE WASHERS, ONE HARDENED ROUND WASHER, 87 FT -LBS TORQUE (THREE CLAMPING BOLT ASSEMBLIES PER SLIP BASE) (PER ASTM A325)" 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 99 is revised to read: "CLAMPING BOLTS, 7/8" (IN) DIAM. HEX HEAD BOLT AND NUT, TWO PLATE WASHERS, ONE HARDENED ROUND WASHER, 87 FT -LBS TORQUE (THREE CLAMPING BOLT ASSEMBLIES PER SLIP BASE) (PER ASTM F3125 GRADE A325)" J-40.10 Sheet 2 of 2, Detail F, callout, "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER" is revised to read; "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER" J-60.14 All references to J -16b (6x) are revised to read; J-60.11 K_Rn *in In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K-80.35 M-11.10 Layout, dimension (from stop bar to "X"), was - 23' is revised to read; 24' The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00........8/7/07 A-40.00-00 ......... 8/11 /09 A-50.30-00 ....... 11 /17/08 A-10.20-00......10/5/07 A-40.10-03.........12/23/14 A-50.40-00 ....... 11 /17/08 A-10.30-00......10/5/07 A-40.15-00 ......... 8/11 /09 A-60.10-03........12/23/14 A-20.10-00......8/31 /07 A-40.20-04 ......... 1 /18/17 A-60.20-03.........12/23/14 A-30.10-00 ...... 11 /8/07 A-40.50-02.........12/23/14 A-60.30-00 .......... 11 /8/07 A-30.30-01......6/16/11 A-50.10-00 ....... 11 /17/08 A-60.40-00 .......... 8/31 /07 A-30.35-00.......10/12/07 A-50.20-01.........9/22/09 B-5.20-02 ........ 1 /26/17 B-30.50-02 ......... 1 /26/17 B-75.20-01 .......... 6/10/08 B-5.40-02 ......... 1 /26/17 B-30.70-03.........4/26/12 B-75.50-01 .......... 6/10/08 B-5.60-02 ......... 1 /26/17 B-30.80-00 ........... 6/8/06 B-75.60-00 ............ 6/8/06 B-10.20-01........2/7/12 B-30.90-02 ........ 1 /26/17 B-80.20-00 ......... 6/8/06 B-10.40-01 ........ 1 /26/17 B-35.20-00 .......... 6/8/06 B-80.40-00 ......... 6/1 /06 B-10.60-00........6/8/06 B-35.40-00 .......... 6/8/06 B-82.20-00 ......... 6/1 /06 B-10.70-00 ...... 1 /26/17 B-40.20-00 .......... 6/1 /06 B-85.10-01.........6/10/08 B-15.20-01........2/7/12 B-40.40-02 ........ 1 /26/17 B-85.20-00 .......... 6/1 /06 B-15.40-01........2/7/12 B-45.20-01 .......... 7/11 /17 B-85.30-00 .......... 6/1 /06 B-15.60-02 ........ 1 /26/17 B-45.40-01 .......... 7/21 /17 B-85.40-00 .......... 6/8/06 B-20.20-02.......3/16/12 B-50.20-00 .......... 6/1 /06 B-85.50-01.........6/10/08 B-20.40-03.......3/16/12 B-55.20-01 .......... 1 /26/17 B-90.10-00 .......... 6/8/06 B-20.60-03.......3/15/12 B-60.20-00 .......... 6/8/06 B-90.20-00 .......... 6/8/06 B-25.20-01........3/15/12 B-60.40-00 .......... 6/1 /06 B-90.30-00 .......... 6/8/06 B-25.60-01 ......... 1 /26/17 B-65.20-01 .......... 4/26/12 B-90.40-01 .......... 1 /26/17 B-30.10-02 ......... 1 /26/17 B-65.40-00 .......... 6/1 /06 B-90.50-00 .......... 6/8/06 B-30.20-03 ......... 1 /26/17 B-70.20-00 .......... 6/1 /06 B-95.20-01 .......... 2/3/09 B-30.30-02 ......... 1 /26/17 B-70.60-01 .......... 1 /26/17 B-95.40-00 .......... 6/8/06 B-30.40-02 .......... 1 /26/17 1 2 3 rd C-1 ....................7/12/16 7/15/16 C-1 a .................7/14/15 6/11 /14 C-1 b ...................7/14/15 C-1 c ..................7/12/16 1 /6/09 C-1 d ................10/31 /03 C-2 ....................1 /6/00 C -2a ..................6/21 /06 C -2b ..................6/21 /06 C -2c ..................6/21 /06 C -2d ..................6/21 /06 C -2e ..................6/21 /06 C -2f ................... 3/14/97 C -2g ..................7/27/01 7/15/16 C -2h ..................3/28/97 /17 C-2 i ................... 3/28/97 C -2j ................... 6/12/98 C -2k ..................7/12/16 6/11 /14 C -2n ..................7/12/16 6/11 /14 C -2o ..................7/13/01 6/11 /14 C -2p ................10/31 /03 C-3 ................... 7/2/12 C -3a .................10/4/05 7/14/15 C -3b ................6/27/11 7/14/15 C -3c ................6/27/11 7/2/12 C -4f ................... 7/2/12 C-6 ................... 7/15/16 C -6a ................10/14/09 6/11 /14 C -6c .................7/15/16 C -6d ...................7/15/16 1 /6/09 C -6f ................... 7/15/16 C-7 ..................... 6/16/11 C -7a ...................6/16/11 11 /10/05 C-8 .....................2/10/09 11 /10/05 C -8a ...................7/25/97 7/21 /17 C -8b ....................2/29/16 6/17/14 C -8e ....................2/21 /07 C -8f ..................... 6/30/04 C-10 .................... 7/15/16 C-1 6a .................7/21 /17 C-20.10-04 ......... 7/21 /17 C-20.11-00 ........ 7/21 /17 C-20.14-03 .......... 6/11 /14 C-20.15-02 .......... 6/11 /14 C-20.18-02 .......... 6/11 /14 C-20.19-02 .......... 6/11 /14 C-20.40-06 .......... 7/21 /17 C-20.41-01 .......... 7/14/15 C-20.42-05 .......... 7/14/15 C-20.45.01 ........... 7/2/12 C-22.16-06 ........ 7/21 /17 C-22.40-06 ........ 7/21 /17 C-22.45-03 ........ 7/21 /17 C-23.60-04 ........ 7/21 /17 C.24.10-01 ........ 6/11 /14 C-25.20-06........7/14/15 C-25.22-05........7/14/15 1 /6/09 C-25.26-03........7/14/15 1 /6/09 C-25.80-04........7/15/16 /98 C-40.14-02........7/2/12 11 /10/05 C-40.16-02........7/2/12 11 /10/05 C-40.18-03 ........ 7/21 /17 C-70.10-01........ 6/17/14 C-75.10-01 ........ 6/11 /14 C-75.20-01 ........ 6/11 /14 C-75.30-01 ........ 6/11 /14 C-80.10-01 ........ 6/11 /14 C-80.20-01 ........ 6/11 /14 C-80.30-01 ........ 6/11 /14 C-80.40-01 ........ 6/11 /14 C-80.50-00........4/8/12 7/8/08 C-85.10-00........4/8/12 11 /10/05 C-85.11-00........4/8/12 11 /10/05 C-85.14-01 ........ 6/11 /14 C-85.15-01........6/30/14 11 /10/05 C-85.16-01........6/17/14 11 /10/05 C-85-18-01 ........ 6/11 /14 C-85.20-01 ........ 6/11 /14 C-90.10-00........7/3/08 11 /10/05 D-2.04-00 ........ 11 /10/05 D-2.48-00 ........ 11 /10/05 D-3.17-02......5/9/16 D-2.06-01 ........ 1 /6/09 D-2.64-01 ........ 1 /6/09 D-4 .................12/11 /98 D-2.08-00 ........ 11 /10/05 D-2.66-00 ........ 11 /10/05 D-6 ...................6/19/98 D-2.14-00 ........ 11 /10/05 D-2.68-00 ........ 11 /10/05 D-10.10-01......12/2/08 D-2.16-00 ........ 11 /10/05 D-2.80-00 ........ 11 /10/05 D-10.15-01......12/2/08 D-2.18-00 ........ 11 /10/05 D-2.82-00 ........ 11 /10/05 D-10.20-00 ......... 7/8/08 D-2.20-00 ........ 11 /10/05 D-2.84-00 ........ 11 /10/05 D-10.25-00 ......... 7/8/08 D-2.32-00 ........ 11 /10/05 D-2.86-00 ........ 11 /10/05 D-10.30-00 ......... 7/8/08 D-2.34-01 ........ 1 /6/09 D-2.88-00 ........ 11 /10/05 D-10.35-00 ......... 7/8/08 D-2.36-03 ........ 6/11 /14 D-2.92-00 ........ 11 /10/05 D-10.40-01......12/2/08 D-2.42-00........11/10/05 D-3.09-00........5/17/12 D-10.45-01......12/2/08 D-2.44-00........11/10/05 D-3.10-01......5/29/13 D-15.10-01......12/2/08 D-2.60-00 ........ 11 /10/05 D-3.11-03 ...... 6/11 /14 D-15.20-03........5/9/16 D-2.62-00........11/10/05 D-3.15-02......6/10/13 D-15.30-01......12/02/08 D-2.46-01 ........ 6/11 /14 D-3.16-02......5/29/13 E-1 ....................2/21 /07 E-4 .................... 8/27/03 E-2 ....................5/29/98 E -4a .................. 8/27/03 F-10.12-03.......6/11/14 F-10.62-02........4/22/14 F-40.15-03........6/29/16 F-10.16-00.......12/20/06 F-10.64-03........4/22/14 F-40.16-03........6/29/16 2 3 0 F-10.18-01 ......... 7/11 /17 F-30.10-03 ........ 6/11 /14 F-45.10-02........7/15/16 F-10.40-03 ........... 6/29/16 F-40.12-03........6/29/16 F-80.10-04........7/15/16 F-10.42-00.........1/23/07 F-40.14-03........6/29/16 G-10.10-00........9/20/07 G-25.10-04.......6/10/13 G-90.10-03......7/11/17 G-20.10-02........6/23/15 G-30.10-04.......6/23/15 G-90.11-00......4/28/16 G-22.10-03 .......... 7/10/15 G-50.10-02.......6/23/15 G-90.20-05......7/11 /17 G-24.10-00 ...... 11 /8/07 G-60.10-03.......6/18/15 G-90.30-04......7/11 /17 G-24.20-01......2/7/12 G-60.20-02.......6/18/15 G-90.40-02......4/28/16 G-24.30-01......2/7/12 G-60.30-02.......6/18/15 G-95.10-01........6/2/11 G-24.40-06.....2/29/16 G-70.10-03.......6/18/15 G-95.20-02........6/2/11 G-24.50-04.....7/11 /17 G-70.20-04 ....... 7/21 /17 G-95.30-02........6/2/11 G-24.60-04.....6/23/15 G-70.30-04 ....... 7/21 /17 H-10.10-00 .......... 7/3/08 H-32.10-00.......9/20/07 H-70.10-01......2/7/12 H-10.15-00 .......... 7/3/08 H-60.10-01 ......... 7/3/08 H-70.20-01......2/16/12 H-30.10-00......10/12/07 H-60.20-01 ......... 7/3/08 H-70.30-02......2/7/12 1-10.10-01 ......... 8/11 /09 1-30.20-00.........9/20/07 1-40.20-00.........9/20/07 1-30.10-02.........3/22/13 1-30.30-01.........6/10/13 1-50.20-01 .......... 6/10/13 1-30.15-02.........3/22/13 1-30.40-01.......6/10/13 1-60.10-01 .......... 6/10/13 1-30.16-00.........3/22/13 1-30.60-00.........5/29/13 1-60.20-01 .......... 6/10/13 1-30.17-00.........3/22/13 1-40.10-00.........9/20/07 1-80.10-02 .......... 7/15/16 J-10 ..................7/18/97 J-26.20-00.....6/11/14 J-40.38-01.......5/20/13 J-10.10-03......6/3/15 J-27.10-01.....7/21/16 J-40.39-00......5/20/13 J-10.15-01 ........ 6/11 /14 J-27.15-00.....3/15/12 J-40.40-01......4/28/16 J-10.16-00......6/3/15 J-28.10-01......5/11 /11 J-45.36-00......7/21 /17 J-10.17-00......6/3/15 J-28.22-00.......8/07/07 J-50.05-00......7/21/17 J-10.18-00......6/3/15 J-28.24-01.......6/3/15 J-50.10-00.......6/3/11 J-10.20-01 ...... 6/1 /16 J-28.26-01......12/02/08 J-50.11-01 ....... 7/21 /17 J-10.21-00......6/3/15 J-28.30-03......6/11 /14 J-50.12-01 ....... 7/21 /17 J-10.22-00........5/29/13 J-28.40-02......6/11 /14 J-50.15-01 ....... 7/21 /17 J-10.25-00......7/11 /17 J-28.42-01 ....... 6/11 /14 J-50.16-01.......3/22/13 J-15.10-01 ........ 6/11 /14 J-28.43-00 ....... 6/11 /14 J-50.20-00.......6/3/11 J-15.15-02......7/10/15 J-28.45-03.......7/21/16 J-50.25-00.......6/3/11 J-20.10-03........6/30/14 J-28.50-03 ....... 7/21 /16 J-50.30-00.......6/3/11 J-20.11-02........6/30/14 J-28.60-02 ....... 7/21 /16 J-60.05-01 ....... 7/21 /16 J-20.15-03........6/30/14 J-28.70-03 ....... 7/21 /17 J-60.11-00.......5/20/13 J-20.16-02........6/30/14 J-29.10-01 ....... 7/21 /16 J-60.12-00.......5/20/13 J-20.20-02........5/20/13 J-29.15-01 ....... 7/21 /16 J-60.13-00.......6/16/10 J-20.26-01........7/12/12 J-29.16-02 ....... 7/21 /16 J-60.14-00......6/16/10 J-21.10-04......6/30/14 J-30.10-00......6/18/15 J-75.10-02......7/10/15 J-21.15-01......6/10/13 J-40.05-00......7/21 /16 J-75.20-01......7/10/15 J-21.16-01......6/10/13 J-40.10-04......4/28/16 J-75.30-02.......7/10/15 J-21.17-01......6/10/13 J-40.20-03......4/28/16 J-75.40-02 ...... 6/1 /16 J-21.20-01......6/10/13 J-40.30-04......4/28/16 J-75.41-01......6/29/16 J-22.15-02......7/10/15 J-40.35-01......5/29/13 J-75.45-02 ...... 6/1 /16 J-22.16-03......7/10/15 J-40.36-02......7/21 /17 J-90.10-02.......4/28/16 J-26.10-03.....7/21/16 J-40.37-02......7/21 /17 J-90.20-02.......4/28/16 J-26.15-01.....5/17/12 J-90.21-01......4/28/16 1 K-70.20-01 ....... 6/1 /16 K-80.10-01 ....... 6/1 /16 K-80.20-00.....12/20/06 6/3/11 K-80.30-00 ....... 2/21 /07 K-80.35-00 ....... 2/21 /07 K-80.37-00 ....... 2/21 /07 2 L-10.10-02 ........ 6/21 /12 L-20.10-03........7/14/15 L-30.10-02 ........ 6/11 /14 3 M-1.20-03 ......... 6/24/14 M-1.40-02 ......... 6/3/11 M-1.60-02 ......... 6/3/11 M-1.80-03 ......... 6/3/11 M-2.20-03 ......... 7/10/15 M-2.21-00......7/10/15 M-3.10-03 ......... 6/3/11 M-3.20-02 ......... 6/3/11 M-3.30-03 ......... 6/3/11 M-3.40-03 ......... 6/3/11 M-3.50-02 ......... 6/3/11 M-5.10-02 ......... 6/3/11 M-7.50-01 ......... 1 /30/07 M-9.50-02 ......... 6/24/14 M-9.60-00........2/10/09 M-11.10-02 ........ 7/11 /17 0 L-40.10-02 ........ 6/21 /12 L-40.15-01........6/16/11 L-40.20-02 ........ 6/21 /12 M-12.10-00......7/11 /17 M-15.10-01........2/6/07 M-17.10-02........7/3/08 /17 M-20.10-02........6/3/11 M-20.20-02........4/20/15 M-20.30-04........2/29/16 M-20.40-03........6/24/14 M-20.50-02........6/3/11 M-24.20-02.......4/20/15 /11 M-24.40-02.......4/20/15 M-24.50-00.......6/16/11 M-24.60-04.......6/24/14 M-24.65-00......7/11 /17 M-24.66-00......7/11 /17 L-70.10-01 ....... 5/21 /08 L-70.20-01 ....... 5/21 /08 M-40.10-03......6/24/14 M-40.20-00...10/12/07 M-40.30-01......7/11 /17 M-40.40-00......9/20/07 M-40.50-00......9/20/07 M-40.60-00......9/20/07 M-60.10-01......6/3/11 M-60.20-02......6/27/11 M-65.10-02......5/11 /11 M-80.10-01......6/3/11 M-80.20-00......6/10/08 M-80.30-00......6/10/08 S. DASH POINT ROAD WATER MAIN IMPROVEMENTS SPECIAL PROVISIONS INTRODUCTION (LWSD, October 15, 2019) The following Special Provisions consist of Lakehaven Water and Sewer District's Construction Standards for potable water transmission and distribution facilities in the Lakehaven Water and Sewer District ("LWSD," or "District") with modifications as noted for the current project. These special provisions shall be included within the City of Federal Way's "S. Dash Point Road Improvements, Project #212, RFB #19-008" bid and contract documents and specifications, and shall pertain to the water facility improvements. These Special Provisions, including the Construction Standards, have been developed for use in conjunction with the "Standard Specifications for Road, Bridge, and Municipal Construction, M41-10" 2018 edition, as published by the Washington State Department of Transportation (WSDOT) and the Washington State Chapter of the American Public Works Association (APWA), hereinafter referred to as the "Standard Specifications." Reference in these Special Provisions to "Contracting Agency" should be read and interpreted for this project as the "City of Federal Way." Paragraph numbering in these Special Provisions is integrated with the section numbering of the Standard Specifications. Each provision in these Special Provisions supplements, modifies, or replaces the comparable Standard Specification, or is a new provision. A 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. A project -specific Special Provision or modification to the Construction Standards is differentiated with the following under the heading: Current editions of the following are also incorporated into these Special Provisions by reference, and where applicable as noted: • Current Edition of the Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA. • Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD), currently adopted edition, with Washington State modifications and jurisdictional road agency modifications. • City of Federal Way Public Works Development Standards (in City of Federal Way). • City of Federal Way Addendum to the King County Surface Water Design Manual (in City of Federal Way). • King County Surface Water Design Manual (in City of Federal Way). Contractors are responsible for obtaining a copy of applicable referenced publications at their own expense. Appendices A through E as included in these Contract Documents are incorporated herein by reference as part of these Special Provisions. SPECIAL PROVISIONS DIVISION 1— GENERAL REQUIREMENTS DESCRIPTION OF WORK Schedule B —Water Main Improvements The work in this schedule provides for LWSD water system modifications both required for and associated with the improvements in Schedule A, including but not limited to removing and disposing six-inch (6") asbestos -cement and eight -inch (8") diameter ductile iron pipe water main; installing eight -inch (8") and six-inch (6") diameter ductile iron pipe water main; removing and salvaging valves and fire hydrant assemblies, installing new valves and fire hydrant assemblies, removing the existing and installing a replacement water service connection; permitting; and other related work all in accordance with the Contract Provisions herein. 1-01 DEFINITIONS AND TERMS 1-01.2 Abbreviations 1-01.2(1) Associations and Miscellaneous Supplement this subsection with the following: CFW City of Federal Way LWSD, or District Lakehaven Water and Sewer District NSF National Science Foundation Add the following new section: 1-02.1(1) Supplemental Qualifications Criteria In accordance with RCW 39.04.350(3), the Contracting Agency has established Contracting Agency -specific and/or project -specific supplemental criteria for determining Bidder responsibility, including the basis for evaluation and the deadline for appealing a determination that a Bidder is not responsible. These criteria are contained in the Instructions to Bidders and the Special Provisions hereunder. 1-02.6 Preparation of Proposal Supplement this section with the following: The bid proposal documents shall include the completed "Asbestos -Cement (AC) Pipe / Material Processing Certification" form. 1-02.14 Disqualification of Bidders Supplement this Section of the "CFW Special Provisions" with the following: 8. Asbestos Training and Certification A. Criterion: The Bidder, or its proposed Subcontractor(s), who will be performing the Work associated with handling, processing, hauling and/or disposing asbestos cement pipe and associated materials at a permitted disposal site, shall meet the minimum training and certification requirements under SP -2 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS Regulation III, Article 4 of the Puget Sound Clean Air Agency, and established by the Washington State Department of Labor and Industries, including the requirements of Chapter 296-65 WAC. B. Documentation: The Bidder shall submit a list for the proposed contractor, supervisor(s) and laborer(s) associated with the asbestos cement pipe Work, of the certifications, including expiration dates. If any of the certifications will expire during the term of the Contract, the list shall include an explanation of the Contractor's or subcontractor's plan to ensure that the certificate remains valid during performance of the asbestos cement pipe Work under the Contract. 1-04 SCOPE OF THE WORK 1-04.4 Changes 1-04.4(1) Minor Changes Supplement this Section of the "CFW Special Provisions" with the following for the water main improvements under Schedule B: Payments or credits for changes for items of Work under Schedule B amounting to $25,000 or less may be made under the Bid item "Minor Change for Water Facilities." At the discretion of the Contracting Agency, this procedure for Minor Change for Water Facilities may be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes. The Contractor will be provided a copy of the completed order for Minor Change for Water Facilities. The agreement for the Minor Change for Water Facilities will be documented by signature of the Contractor, or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for Minor Change for Water Facilities, the Contractor may protest the order as provided in Section 1-04.5. Payment will be made in accordance with Section 1-04.1 and as provided in this section for the following bid item(s) when included in the proposal: "Minor Change for Water Facilities," per estimated (Est.). To provide a common proposal for all bidders, the Contracting Agency has estimated the amount for "Minor Change for Water Facilities" and entered the amount in the proposal to become a part of the total bid by the Contractor. The actual amount shall be determined by field conditions as the work progresses and as set forth in this section. No reliance shall be placed on the amount estimated; the provisions of Section 1-04.6 shall not apply to this item. Payment or credits will be determined in accordance with Section 1-09.4. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviations From Plans and Stakes Supplement the enumerated sub -paragraphs under Paragraph 6 of the August 7, 2017 WSDOT General Special Provision (GSP), Option 2 in the "CFW Special Provisions" with the following: Roadway Surveying for Water Facilities For the water main improvements referenced in sub -paragraph '9' above, the survey work shall include supplemental survey control, staking and marking, both horizontal and vertical, including reference and offset stakes, necessary to accommodate the Contractor's performance of the Work for the water main S. Dash Point Road Water Main Improvements SP -3 SPECIAL PROVISIONS improvements, and to assure placement of project elements conforms to the Plans. At a minimum, this shall include staking and marking the following as shown on the Plans or as may be directed by the Engineer: Connection points of the new water main(s) to the existing water mains. Water main alignment at 50 -foot maximum intervals, and at fitting locations, including tees, crosses, reducer, and horizontal and vertical bends, deflections, valves, hydrants, permanent blowoff assemblies, tapping sleeve and valve assemblies, meters, and other water main appurtenances. The Contractor shall ensure surveying accuracy within the following tolerances: As -Built Survey and Record Drawings for Water Facilities During construction , the Contractor shall maintain redline prints documenting the installed elements of the water main improvements, including horizontal and vertical alignment of the water mains and hydrant laterals, top -of -pipe elevations of the water mains and hydrant laterals, locations of fittings and points of connection, valves, hydrants, and meter boxes. Measurements shall be taken at 100 -foot maximum intervals, and at deflections, bends, and breaks in surface grade, and shall be by GPS or equivalent measuring device to allow correlation of the underground and surface features of the water main improvements with the completed street and street -edge improvements. Measurements shall have the same accuracy and tolerance as specified for construction surveying and staking. A copy of the redline information shall be available at each Progress Meeting, and shall be furnished to the Engineer following physical completion of the Work, and as one condition for acceptance of the project. After completing construction of the project improvements, the Contractor shall perform an as -built survey of the completed improvements, incorporating the specified underground facility measurements. Survey information shall be based on and use the same control, datum, monument, and coordinate system as used for the Plans. Location information for surface features shall be at the center of the feature (e.g., valve can lid, fire hydrant, meter box, etc.). In addition to the information above, the record drawings shall include the following, at a minimum: • All changes to the Plans. • Pothole information obtained by the Contractor. • Existing utility location information that differs from the locations shown on the Plans. As -built survey information shall be submitted to the Engineer for review on two (2) full-size prints together with an electronic copy in AutoCAD 2016 or newer format, including the point file. The Contractor's surveyor or engineer shall incorporate the Engineer's review comments, make necessary corrections, and submit one (1) final print copy of the as -built record drawing with the professional seal of the Contractor's surveyor or engineer, and an electronic copy in AutoCAD 2016 or newer format, including point file. Supplement the "Payment" provisions in the August 7, 2017 WSDOT General Special Provision (GSP), Option 2 in the "CFW Special Provisions" with the following: SP -4 S. Dash Point Road Water Main Improvements Vertical Horizontal Horizontal alignment of new water main 0.1 ft. 0.1 ft. Connection of new to existing main: 0.1 ft. 0.1 ft. Fitting 0.1 ft. 0.1 ft. Valve box 0.1 ft. 0.1 ft. Fire hydrant 0.1 ft. 0.1 ft. Permanent blowoff assembly (meter box) 0.1 ft. 0.1 ft. Meter box 0.1 ft. 0.1 ft. As -Built Survey and Record Drawings for Water Facilities During construction , the Contractor shall maintain redline prints documenting the installed elements of the water main improvements, including horizontal and vertical alignment of the water mains and hydrant laterals, top -of -pipe elevations of the water mains and hydrant laterals, locations of fittings and points of connection, valves, hydrants, and meter boxes. Measurements shall be taken at 100 -foot maximum intervals, and at deflections, bends, and breaks in surface grade, and shall be by GPS or equivalent measuring device to allow correlation of the underground and surface features of the water main improvements with the completed street and street -edge improvements. Measurements shall have the same accuracy and tolerance as specified for construction surveying and staking. A copy of the redline information shall be available at each Progress Meeting, and shall be furnished to the Engineer following physical completion of the Work, and as one condition for acceptance of the project. After completing construction of the project improvements, the Contractor shall perform an as -built survey of the completed improvements, incorporating the specified underground facility measurements. Survey information shall be based on and use the same control, datum, monument, and coordinate system as used for the Plans. Location information for surface features shall be at the center of the feature (e.g., valve can lid, fire hydrant, meter box, etc.). In addition to the information above, the record drawings shall include the following, at a minimum: • All changes to the Plans. • Pothole information obtained by the Contractor. • Existing utility location information that differs from the locations shown on the Plans. As -built survey information shall be submitted to the Engineer for review on two (2) full-size prints together with an electronic copy in AutoCAD 2016 or newer format, including the point file. The Contractor's surveyor or engineer shall incorporate the Engineer's review comments, make necessary corrections, and submit one (1) final print copy of the as -built record drawing with the professional seal of the Contractor's surveyor or engineer, and an electronic copy in AutoCAD 2016 or newer format, including point file. Supplement the "Payment" provisions in the August 7, 2017 WSDOT General Special Provision (GSP), Option 2 in the "CFW Special Provisions" with the following: SP -4 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS Payment for "Roadway Surveying for Water Facilities" as set forth in this section shall be included in and incidental to the Schedule A lump sum contract price for "Roadway Surveying." "As -Built Survey and Record Drawings for Water Facilities" Payment for "As -Built Survey and Record Drawings for Water Facilities" as set forth in this section shall be included in and incidental to the Schedule A lump sum bid item amount for "As -Built Survey & Record Drawings." 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials 1-06.2(1) Samples and Tests for Acceptance Supplement this subsection with the following: Except as may otherwise be directed by the Contracting Agency or LWSD Inspector, and unless a more frequent interval is specified elsewhere in the Contract Provisions, the minimum frequency for acceptance sampling and testing frequency for the following materials furnished and placed under Schedule B shall be the following: MATERIAL TEST MINIMUM FREQUENCY Pipe Zone Bedding and Grading 1 per source, or per Backfill 800 LF of installed pipe. Pipe Zone Bedding and Compaction 1 per day, or per 800 -LF Backfill of installed pipe. Trench Backfill Grading 1 per source, or per 800 -LF of installed pipe. Trench Backfill Compaction 1 per day, or per 400 -LF of installed pipe. Measurement and payment for testing of the materials furnished and placed for the water main improvements as set forth herein shall be in accordance with Section 1-06.2(1) of the CFW Special Provisions, and be incidental to and included in the lump sum bid amount for "Material Testing" in Schedule A. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.4 Sanitation 1-07.4(2) Health Hazards Supplement this subsection with the following: Work on this project will involve exposure to asbestos cement pipe. The Contractor shall be responsible to ensure that all work in the vicinity of, and the removing, handling, processing, hauling and disposing of asbestos cement pipe conforms to the rules, regulations, and recommended practices of the jurisdictional agencies, at a minimum. S. Dash Point Road Water Main Improvements SP -5 SPECIAL PROVISIONS 1-07.5 Environmental Regulations 1-07.5(4) Air Quality Supplement the first paragraph of this subsection with the following: The local air pollution authority for work in the vicinity of, and the removing, handling, processing, hauling and disposing, asbestos cement pipe is the Puget Sound Clean Air Agency. Add the following new subsection: (NEW SUBSECTION) 1-07.5(5) Noise Work on this project is subject to the CFW's rules and regulations regarding noise. The Contractor shall be responsible for all costs for compliance with the City's noise control requirements. 1-07.6 Permits and Licenses Supplement this section with the following: The Contractor shall coordinate with the Contracting Agency and LWSD in completing, and shall complete and submit applications for, and shall be responsible for compliance with the provisions of, the following: City of Federal Way: Temporary Noise Variance request, as necessary. Puget Sound Clean Air Agency: Asbestos/ Demolition Notification for Contractors and Property Owners State of Washington Department of Labor and Industries: Notice of Asbestos Abatement Project Preliminary copies of the notification forms for the Puget Sound Clean Air Agency, and the State of Washington Department of Labor and Industries, are included in Appendix B of these Special Provisions. Measurement No specific unit of measurement will apply to the lump sum item of Permits. Payment Payment will made in accordance with Section 1-04.1, for the following Bid item when it is included in the Proposal: "Permits," per lump sum. The lump sum contract price for "Permits" shall include all costs associated with preparing and completing permit applications and associated plans and documentation, responses to requests from the respective jurisdictional / permitting agencies, supplemental notifications and associated documentation, and compliance with permit and related jurisdictional / permitting agency requirements, and any fees or penalties SP -6 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS imposed by the jurisdictional / permitting agency(ies) resulting from the Contractor's non-compliance with said requirements. 1-07.15 Temporary Water Pollution Prevention Supplement this section with the following: The provisions under this section shall apply to the Work for both Schedules A and B of the Contract. Measurement and payment for the portion of the SPCC pertaining to the water main improvements shall be in accordance with and included in the lump sum contract bid item amount for "SPCC Plan" in Schedule A. 1-08 PROSECUTION AND PROGRESS 1-08.4 Notice to Proceed and Prosecution of Work Section 1-08.4 of the Contracting Agency's Special Provisions is supplemented by the following new subsections: 1-08.4(1) Construction Sequence The Contractor shall be responsible for the planning, scheduling and sequencing of the Work for the Water Main Improvements. A potential sequence of activities is included in "Appendix A — Suggested Construction Sequence" in these contract documents. The potential construction sequence is intended to illustrate a method for completing the water main improvements while maintaining water service to the extent practical and meeting LWSD's requirements for water facility construction. The Contractor shall develop at their own cost and expense a proposal for construction sequencing for the water main improvements that is suitable for their operations while meeting the requirements for water service disruptions and LWSD's requirements for water facility construction as set forth in these contract documents. Such alternative staging concept(s) shall be submitted to the Contracting Agency at the Preconstruction meeting. Acceptance of alternative staging concepts shall be at the sole discretion of LWSD, and the Contractor shall not presume that alternatives will be accepted. Water facility work shall not commence prior to LWSD's approval of the Contractor's proposed construction sequence for the work. 1-8.4(1)A Allowable Water Service Disruption and Notice Water service to Sacajawea Middle School (School) shall be maintained at all times Monday through Friday when Federal Way Public Schools District classes are in session. Disruption of water service to the School, when classes are in session during the week, shall only occur on a Saturday. Any proposed disruption shall be contingent on coordination with LWSD, the School and the Federal Way Public Schools District a minimum of seven business days in advance of the proposed disruption, written confirmation from the School and Federal Way Public Schools District a minimum of three (3) days in advance of the proposed disruption that there are no conflicting events or activities, and approval by LWSD. If the disruption will interfere with a scheduled event or activities at the School, the Contractor shall propose a different Saturday, and adjust the schedule of the work accordingly. In no event shall water service to the School (including fire hydrants and domestic water supply) be disrupted for more than one, 8 -hour period for either the temporary cut and cap, or reconnection, of the lateral mains. For allowable working hours, refer to Section 1-08.0(2) of the CFW Special Provisions. S. Dash Point Road Water Main Improvements SP -7 SPECIAL PROVISIONS 1-08.4(1)B Schedule Development In developing a proposed project schedule and construction sequence plan, the Contractor shall consider the following, at a minimum: Bacteriological test sampling occurs on two consecutive days following satisfactory completion of the 24-hour minimum chlorine solution contact time for disinfection. Bacteriological test samples are typically taken only on Monday -Tuesday, Tuesday -Wednesday, or Wednesday -Thursday, excluding holidays, and subject to holiday constraints for LWSD's testing laboratory, These sampling days allow LWSD's laboratory to obtain 48-hour test results (laboratory operations are typically Monday through Saturday, excluding holidays). Pressure testing, disinfecting, draining, filling, flushing, and connecting new or temporary water facilities shall be coordinated with and be performed at the direction of the LWSD Inspector. Flushing of disinfected mains and appurtenances follows satisfactory completion of the 24-hour minimum chlorine solution contact time, and is performed until a satisfactory chlorine residual level for bacteriological testing has been achieved as determined by the LWSD Inspector. In the "swab and go" process, flushing of mains and appurtenances after connection to an active main continues for the greater of: A) a minimum of eight (8) exchanges of water in that segment; B) a minimum of two (2) minutes; C) as necessary until there is no sediment, debris, or other objectionable color, taste, or odor; or D) as necessary to achieve clean, potable water meeting Department of Health and Contracting Agency requirements, as determined by the LWSD inspector. Additional details are specified in Section 7-09. The contract duration and outlined work sequence in Appendix A of these contract documents anticipate that it may be necessary for certain tasks and activities to be performed concurrently at more than one location during a work shift, and that it may be necessary for some work, such as sawcutting, excavating, and placing temporary anchored temporary steel plates, be performed in advance of water facility removal or installation. The contract duration, and the work sequence also anticipate that it may be necessary to utilize specialized equipment and/or procedures for portions of the work, such as potholing using vacuum excavation, and providing temporary support in coordination with Puget Sound Energy for utility poles, or special monitoring by Puget Sound Energy of proximate gas mains, during trench work for removal and installation of water facilities in the vicinity of those Puget Sound Energy facilities. 1-10 Temporary Traffic Control 1-10.1 General Supplement this section with the following: All temporary traffic control for the water main improvements shall be in accordance with Section 1-10 of the CFW Special Provisions, and measurement and payment for such temporary traffic control shall be in accordance with and included in the respective Temporary Traffic Control bid item amounts in Schedule A. DIVISION 2 - EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP SP -8 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS 2-01.1 Description Supplement this section with the following: "Parking Lot Restoration" means preparing and compacting the subgrade in accordance with Section 2-061- furnishing -06;furnishing and placing compacted crushed surfacing base course in accordance with Section 4-04; furnishing and placing HMA CI.'/" PG 64-22 in accordance with Section 5-04, including applying a coat of asphalt (tack coat) to existing parking lot asphalt pavement surfaces on which any course of new HMA is to be placed or abutted, and sealing asphalt joints; and furnishing and installing cement concrete curb in accordance with Section 8-04, and parking stall pavement markings in accordance with Section 8-04. The Work shall be performed following completion of water main removal, and installation of the new water main improvements at and in the vicinity of the parking stalls at approximate Station 10+61 RT as shown on the Water Main Replacement Plans, and as may be directed by the Engineer. The completed Work shall match, at a minimum, the existing structural surfacing section and surface improvements of the parking lot, and shall restore the parking lot to as -good -as, or better than, pre -construction conditions. Clearing and grubbing for the water main improvements shall be in accordance with Section 2-01 of the "CFW Special Provisions," and measurement and payment for such clearing and grubbing shall be in accordance with and included in the Schedule A unit price bid item amount for "Clearing and Grubbing." 2-01.2(4) Parking Lot Restoration Materials Supplement this section with the following: Materials shall meet the requirements of the following sections: Crushed Surfacing 9-03.9(3) HMA CI.'/' PG 64-22 5-04.2 Tack Coat (CSS -1) 9-02.1(6) Cement Concrete Curb 8-04.2 Pavement Marking 9-34.2 2-01.3(5) Parking Lot Restoration Add the following new subsection: (NEW SUBSECTION) 2-01.3(5) Parking Lot Restoration Following removal of the existing water main and completion of the new water main installation, including connection to the existing water main, and placement of compacted trench backfill to subgrade, at and in the vicinity of the parking lot as shown on the Water Main Replacement Plans, and as may be directed by the Engineer, the Contractor shall: 1. Restore to as -good -as, or better than pre -construction conditions the structural surfacing section of the parking lot, and the cement -concrete curb and pavement marking(s) disturbed or removed by the water main improvements. The Work shall be in accordance with the Water Main Replacement Plans, including Parking Lot Restoration detail, and as specified herein. The finished surface of the Parking Lot Restoration shall be smooth, be tightly -graded and uniform in texture, match the elevation of the abutting edges of existing pavement, and uniform in profile from edge -of -existing pavement to edge -of -existing pavement without deviations (crown or depression) in excess of 1/8 -in., and be free from defects of any kind. The curb shall be of uniform dimensions, section, line and grade, and shall match the abutting existing curb. S. Dash Point Road Water Main Improvements SP -9 SPECIAL PROVISIONS 2. Prior to placing the new HMA section, the Contractor shall first prepare the existing (abutting) paved surfaces in accordance with Section 5-04.3(4). HMA joints shall be sealed by the Contractor in accordance with Section 5-04.3(12)A. 2-01.4 Measurement Supplement this section with the following: No specific unit of measurement will apply to the lump sum item for "Parking Lot Restoration." 2-01.5 Payment Supplement this section with the following: Payment for clearing and grubbing associated with the water main improvements shall be in accordance with Section 2-01 of the CFW Special Provisions, and be incidental to and included in the lump sum bid item amount for "Clearing and Grubbing" in Schedule A. "Parking Lot Restoration", lump sum. The lump sum unit contract price for "Parking Lot Restoration" shall be full compensation for all costs incurred to perform and complete the Work as specified in this section. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Supplement this section with the following: The Contractor shall remove, and dispose or salvage all items as shown and noted in the Plans, and other miscellaneous items necessary to complete the Work, and as provided herein. The Proposal contains Bid items for specific items to be removed, including incidental items as described in Section 2-02.5. 2-02.3 Construction Requirements Replace the last paragraph in this section with the following: The Contractor shall arrange to dispose waste, excess materials, and items and materials identified in the Plans for removal. Such items and materials shall be processed as necessary, hauled, and salvaged or disposed at no separate expense to either the Contracting Agency or LWSD except as may be otherwise specified in the Contract. Materials not salvaged, or suitable or designated for resource recovery, shall be disposed at a permitted site in accordance with Section 2-03.3(7)C. The Proposal also contains a lump sum Bid item "Removal of Structures and Obstructions" to cover all other removal items. Following is a partial list of items to be included in the lump sum Bid item "Removal of Structures and Obstructions" that is provided for the convenience of the Contractor. ITEM DESCRIPTION APPROX. Sawcutting (Parking Lot) Remove HMA (Parking Lot) QUANTITY 38 LF 120 SF SP -10 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS ITEM DESCRIPTION APPROX. QUANTITY Remove Curb 8 LF Remove Thrust Block 5 EA Facilities or features (materials) identified for removal and salvage to LWSD, shall be carefully removed, loaded, and hauled by the Contractor to LWSD's SeaTac water tank site (South 324th Street, east of Pacific Highway South). Site access and off-loading of the materials at the site shall be coordinated a minimum of two (2) business days in advance with the LWSD Inspector. Offloading at the site will be by LWSD forces and equipment only. Materials designated for removal and salvage that are damaged during removal, loading, hauling, or other handling prior to delivery to LWSD at the water tank site shall be restored or replaced at the Contractor's sole expense to the satisfaction of LWSD. Failure by the Contractor to remedy such damage to the satisfaction of LWSD may be sufficient cause for partial or complete reduction in the contract amount otherwise due for that item as determined by LWSD. 2-02.3(4) Asbestos Cement Pipe Removal, Handling and Disposal Supplement Section 2-02.3 with the following subsection: (NEW SUBSECTION) 2-02.3(4) Asbestos Cement Pipe Removal, Handling and Disposal The Contractor shall remove all asbestos -cement pipe where such pipe is designated for removal on the Plans, as may be required where out -of -service asbestos -cement water main intrudes or may intrude into or otherwise interfere with the Work, and/or as may be directed by the Engineer. The work under this section also includes handling and disposing the asbestos -cement pipe, together with any asbestos containing waste materials such as pipe fragments, protective clothing, HEPA filters, decontamination rinse water, asbestos - contaminated containers and debris. For the purposes of this contract, and regulatory compliance, asbestos -cement pipe shall be considered nonabsorbent, friable asbestos -containing material. For the purposes of Chapters 296-62 and 296-65 WAC, the work under this section shall be classified as "Class II asbestos work." Asbestos is classified as a Class 9 hazardous material, Identification Number NA 2212, under CFR Title 49 "Transportation." Asbestos Handling and Disposal The Contractor shall ensure that the removal, handling including haul, and disposal of the waste asbestos meets the requirements of EPA regulation 40 CFR Part 61, local health department regulations, Federal Motor Carrier Safety Act, all other applicable regulations, and these contract provisions. Prior to performing any contract work, the Contractor shall obtain all permits from, and provide notification to, the Washington State Department of Labor and Industries, the Puget Sound Air Pollution Control Authority (PSCAA), and other permitting and regulatory agencies with jurisdiction over the work involving asbestos as the law requires. Prior to commencing asbestos related work, the Contractor shall provide the Engineer with written verification, including copies, of approvals and notifications that have been given and/or obtained from the required jurisdictional agencies, and the Contractor's schedule for all work involving asbestos removal, handling including haul, or disposal. The schedule shall include the sequencing and scheduling of asbestos related work, and identify the proposed waste disposal site. The proposed waste disposal site shall be located in the State of Washington, and shall be permitted to accept asbestos waste material. S. Dash Point Road Water Main Improvements SP -11 SPECIAL PROVISIONS If any portion of the Work under this section will not be performed by the Contractor, the Contractor shall submit a subcontract request as provided in Section 1-08.1, including any proposed independent or commercial hauling companies. Subject to the provisions of State law and interpretation by the Washington State Department of Labor and Industries, a certificate of registration in compliance with RCW 39.27 may not be necessary for independent or commercial hauling companies. However, in all cases, independent and commercial hauling companies are required to file Statements of Intent to Pay Minimum Prevailing Wages and Affidavits of Wages Paid in accordance with the requirements of State law as administered by the Department of Labor and Industries, and the provisions of RCW 39.12 may be applicable as noted in Section 1-08.1. The Contractor shall designate a Washington State Certified Asbestos Supervisor (CAS) to personally supervise the removal, handling, and disposal of the asbestos, and to ensure that the Work involving the asbestos is accomplished by certified asbestos workers pursuant to the requirements of the Washington State Department of Labor and Industries, and federal law. The CAS shall be on-site during removal and handling of the asbestos, including cutting the pipe, placing and sealing the asbestos in containers, labeling the containers for transport and disposal, and loading the containers into the transport vehicle(s) that will remove the material from the site. Prior to commencing asbestos related work, the Contractor shall furnish the Engineer with copies of the current certifications for the CAS and asbestos workers. The Contractor shall ensure the safety of all workers, visitors to the site, and the general public in accordance with all applicable laws, rules, and regulations. Work areas involving asbestos, including areas of removal and handling asbestos -cement and associated materials, shall be controlled, clearly marked with barrels and asbestos warning signs, and have access restrictions as set forth in Section 4.05(b) of the PSCAA's Regulation III. Wet methods using appropriate equipment, wetting agents and methods as set forth in Section 4.05(b) of the PSCAA's Regulation III and not prohibited under WAC 296-62-07712(4), are the presumed standard engineering controls and practices for the work. More specifically, following the work procedures described in Appendices A and C in the "Evaluation of Asbestos Exposures During Selected Procedures Involving Underground Asbestos Containing Pipe" (by Schumacher and Associates under contract with the Snohomish County PUD, as published by the Washington Education Training and Resource Center, WETRC) for cutting pipe with a carbide wheel, cutting pipe with a hand saw, installing a repair band onto a pipe, cutting pipe with a snap cutter, and installing a tap while the pipe is under pressure has been evaluated and determined to keep asbestos exposure below the permissible exposure limits. Use of alternative engineering controls and practices as recognized in Chapter 296-62 WAC, or that may result in time -weighted average or excursion concentrations exceeding permissible exposure limits, will require initial and subsequent air monitoring, exposure assessments, supplemental control measures, establishment of regulated area, and associated actions as provided in WAC 296-62-07712(10)(f) and WAC 296-62-07711. All asbestos -cement water pipe designated for removal as shown on the Plans, that has been determined to potentially or actually interfere with the Work, or as may be directed by the Engineer for removal, and any asbestos containing waste materials, including pipe fragments, protective clothing, HEPA filters and asbestos - contaminated containers and debris, shall be sealed in a leak tight container or containers as soon as possible after removal, but no later than the end of each work shift. If disposal bags are used to contain and transport the removed asbestos cement materials, the bags shall be: specifically formulated and approved for asbestos material removal, haul and disposal; a minimum thickness of 6 -mil.; and yellow in color. All containers shall be labeled, including asbestos warning, in accordance with regulatory requirements. Immediately following placement and sealing of the asbestos containing materials in a bag or bags, the sealed bags shall be placed and sealed in a second bag. Each leak -tight container shall be permanently marked with SP -12 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS the name of the waste generator (e.g., Lakehaven Water and Sewer District), date, location (address) of the generated waste, and quantity of material within the container. Properly sealed and labeled containers of removed asbestos shall be hauled from the site and disposed at a waste site permitted to accept such waste. Such containers of removed asbestos may be temporarily stored in an on-site location agreed to by the Contractor, Contracting Agency, and jurisdictional road agency provided that the location is secured and signed in accordance with applicable rules and regulations. In the event that a mutually acceptable on-site location for the secure, temporary storage of the containers cannot be determined, the Contractor shall remove the containers from the site no later than the end of each work shift and disposed at a permitted disposal site. In no event shall the Contractor allow the removed asbestos and containers to remain on private property, or to be transshipped to an intermediate off-site storage area, or comingled with other materials. The Contractor shall dispose asbestos within 10 days of removal in accordance with the provisions of Section 4.07 of the PSCAA's Regulation III. Transportation vehicles and drivers that move the asbestos waste material from the project to the disposal site shall comply with federal and state labeling, shipment record-keeping, and licensing requirements. The Contractor shall be responsible to track the removed asbestos using LWSD's prescribed Waste Shipment Record form, and to ensure that the requisite signatures are obtained of the material transfer and disposal process. The material information on the form shall provide a direct correlation between the removed asbestos, the sealed and labeled containers of removed asbestos, and the transported and disposed containers of removed asbestos. The Contractor shall provide the original copy of the completed Waste Shipment Record form(s) to the Engineer within 10 -calendar days following disposal. 2-02.3(5) Removing Existing Water Facilities Supplement Section 2-02.3 with the following subsection: (NEW SUBSECTION) 2-02.3(5)A Removing Existing Water Facilities The Contractor shall remove the existing water facilities, including mains, hydrants, hydrant laterals, hydrant assemblies, valves, valve boxes, fittings, thrust blocks, water service connections, and other appurtenances as shown and noted in the Plans, as may be directed by the Engineer, and as set forth in these contract provisions. Removal shall only be performed in coordination with the LWSD, including isolation and draining of active water mains prior to removal, and re -activation of the remaining portion of the LWSD water system. Valve operation on active water mains and hydrant laterals shall only be performed by authorized LWSD personnel. Removal shall be conducted in such a manner as to prevent damage to other facilities such as existing water facilities, storm sewers, sanitary sewers, power poles, underground utilities, or other improvements that are to remain. Any facilities or other improvements not designated for removal that are damaged due to the Contractor's operations shall be repaired or replaced by the Contractor to the satisfaction of the Engineer at no additional expense to the Contracting Agency or LWSD. Removal shall also be conducted to prevent erosion, sedimentation, or other pollution of surface or groundwater. Water drained or flushed from the water system shall be dechlorinated, and treated prior to discharge to meet water quality standards, and other pre -discharge requirements. Discharge to sanitary or storm sewer systems shall be subject to the Contractor's advance request to, and review and approval by, the jurisdictional agency, and shall further be subject to such conditions as may be imposed by the jurisdictional agency. If required, the Contractor shall furnish and install a temporary steel roll -off storage tank or tanks (Baker tank or approved equal) to treat all water that is drained or discharged from water mains and appurtenances, or pumped, drained or otherwise discharged as necessary or required to dewater excavations. S. Dash Point Road Water Main Improvements SP -13 SPECIAL PROVISIONS Water main removal shall include the pipe and associated fittings, corporation stops, saddles, repair bands, spools, sleeves, couplings, valves, and concrete thrust blocks and restraints, if a separate contract bid item is not included for one or more specifically identified components. Where the remaining portion of the existing water main is to be returned to service following removal of the designated water main, the Contractor shall perform one or more of the following as shown on the Plans, or as may be applicable and directed by the LWSD Inspector: • Install permanent cast iron or ductile iron cap or plug with associated fittings, and thrust block if shown on the Plans; or • Install a permanent or modified permanent blowoff assembly as shown on the Plans; or • Install temporary or modified temporary blowoff assembly in accordance with LWSD Standard Plan 10 or on the Plans, respectively; or • Install temporary blind flange or restrained MJ plug at exposed run or branch of tee to remain if a temporary or modified temporary blowoff assembly will not be necessary as determined by the LWSD Inspector. Valve removal shall include the valve, and associated mechanical restraints and water main pipe, as applicable, and if a separate contract bid item is not included for pipe removal. The length of pipe removed shall be limited to the portion necessary to safely remove the valve and associated mechanical restraints. . Removal of concrete thrust blocks and restraints shall also be included if a separate contract bid item is not included for removal of structures and obstructions. If the existing water main connected to the valve is to remain in service, install a blind flange, cap or plug on the exposed pipe or fitting terminus, or a ductile iron pipe spool with couplings or transition couplings matching the diameter of the existing water main to allow the water main to be restored to active service. Hydrant assembly removal shall include the tee, hydrant auxiliary valve, valve box complete, hydrant lateral main and fittings, fire hydrant, and concrete collar and protective bollards or delineator posts as applicable. Removal of concrete thrust blocks and restraints shall also be included if a separate contract bid item is not included for removal of structures and obstructions. If the existing water main serving the hydrant is to remain active, the Contractor shall install a ductile iron pipe spool with couplings or transition couplings matching the diameter of the existing water main to allow the water main to be restored to active service. If identified on the Plans, in lieu of removing the hydrant tee, the Contractor shall install a blind flange on the branch of the tee, or restrained MJ plug as applicable. Water service connection removal shall include removal of the meter box and lid, setter, service line and fittings at a minimum. Water meters shall only be removed by or in the presence of and as may be authorized by the LWSD Inspector. All removed water meters shall remain the property of LWSD, and in the possession of the LWSD Inspector. When the associated water main is to be removed, water service connection removal shall also include the tapping saddle, and corporation stop. Where the water main is to remain in service and the corporation stop of a removed water service connection will not be used, the corporation stop shall be removed, together with the pipe saddle if necessary. A brass plug with rubber grommet or gasket with either the existing or new saddle shall be used to seal the pipe penetration as directed by the LWSD Inspector. All removed water facilities, except those designated for salvage and water meters, shall become the property of the Contractor and shall be processed, hauled, and disposed in accordance with the contract provisions. Cast iron, ductile iron, or steel pipe may be salvaged by the Contractor, or disposed by the Contractor at a permitted site. Asbestos cement pipe shall only be disposed at a permitted site in accordance with Section 2- 02.3(4). SP -14 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS If designated on the Plans or Special Provisions, removed hydrants, valves, fittings, and/or special water facility components shall be salvaged to the Contracting Agency, and shall be delivered to a location as specified in the Contract or as may be directed by the Contracting Agency's inspector. All such salvaged items shall be protected during removal, loading, and haul. Failure to protect a salvaged item, or any item damaged that is designated to be salvaged to LWSD, may result in reduction or elimination of the reimbursement for that item at the sole discretion of LWSD. For the S. Dash Point Road Water Main Improvements, the Contractor shall salvage the following to LWSD: 8 -in. gate valves (3). Fire hydrants (2) Water meter setter (1) Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb and gutter, as required for removal of pipe or other water facilities shall be in accordance with Section 2-02.3(3). Trench excavation for the removal of water facilities shall be unclassified, and as otherwise provided in Section 2-09.3(3)G, including implementation of a trench safety system or systems. Prior to backfilling the excavation following removal of the water facility(ies), any remaining portion of existing pipe that is to remain out of service (abandoned in place) following project completion as shown on the Plans or directed by the LWSD Engineer, shall be decommissioned as set forth in Subsection 2-02.3(6). Following satisfactory removal of the water facilities, and water facility decommissioning as applicable, the vacant trench or excavation shall be backfilled with suitable native material from the trench excavation and compacted in accordance with Method C compaction as provided in Section 2-03.3(14)C. Native material backfill determined to be unsuitable shall be removed, hauled, disposed at a permitted site, and replaced with suitable material in accordance with Section 7-09.3(8). If insufficient materials are available to complete the trench backfill to subgrade as determined by the Engineer, Crushed Surfacing Top Course for trench backfill shall be placed, compacted in accordance with Method C compaction as provided in Section 2-03.3(14)C, and graded to provide a firm, smooth and uniform surface for placement of subsequent surfacing materials to finish grade. Completion of the trench backfill and surfacing shall be in accordance with the trench detail included or referenced in the Plans and Contract provisions. Backfill and surfacing for other excavation shall be in accordance with the Plans. In areas subject to traffic, and/or in areas designated to remain accessible, the Contractor shall be responsible to complete the trench or excavation backfill and surfacing, install temporary anchored steel plates and/or other temporary surfacing meeting the requirements of the jurisdictional road agency, and otherwise ensure safe access for traffic as provided in the contract provisions and as may be required by the jurisdictional road agency. In areas not designated to remain accessible, any trench or excavation backfilling and surfacing that has not been completed shall be secured and provisions installed and maintained to ensure the safety of workers and the public. Following satisfactory testing, or the permitted duration for the temporary surfacing as may be allowed by the jurisdictional road agency in coordination with Engineer, the Contractor shall remove temporary backfill, steel plates, surfacing, and/or other temporary provisions, and complete the trench backfill and surfacing. In areas where new water main is placed in the same trench where the existing water main has been removed, pipe removal shall not be considered complete until the new main has been placed, the trench backfilled, and surfacing is completed or restored, unless one or more separate contract bid items have been included for surfacing or surface restoration. S. Dash Point Road Water Main Improvements SP -15 SPECIAL PROVISIONS A Puget Sound Energy representative shall be present during work in the vicinity of power or light poles, and gas main(s). The Contractor shall coordinate with Puget Sound Energy's designated representative a minimum of two (2) business days in advance of any such work and adjust work hours as necessary to accommodate the representative's schedule. 2-02.4 Measurement Supplement this section with the following: No specific unit of measurement shall apply to a lump sum item for removal, or removal and salvage, of a water facility or feature. If the water main removal item does not include either material or diameter, measurement will be by the linear foot measured along the horizontal centerline of the pipe, including fittings, removed and disposed. "Remove Asbestos -Cement Water Main, In. Diam." and "Remove Ductile Iron / Cast Iron Water Main, In. Diam." will be measured by the linear foot along the horizontal centerline of the respective material and diameter of pipe, including fittings, removed and disposed. If a contract bid item is not included for valve removal, or valve removal and disposal, measurement for water main removal shall be by the linear foot measured along the horizontal centerline of the pipe, including fittings and valves, removed and disposed. If the water valve removal item does not include either material, diameter, or type, water valve removal, or water valve removal and disposal, will be measured per each valve, including valve box complete, removed and disposed, or valve, including valve box complete, removed and valve salvaged to LWSD, respectively, and shall not consider the material, size or type of water valve. If the water valve removal item includes either material, diameter, and/or type, water valve removal, or removed and salvage, shall be measured per each valve of the material, diameter, and/or type removed and disposed, or removed and salvage to LWSD, respectively. Hydrant assembly removal will be measured per each fire hydrant assembly removed as specified herein and disposed.. If the hydrant lateral is asbestos -cement pipe, and a contract bid item is included for asbestos - cement pipe or water main removal, removal and handling, including hauling and disposal, of the hydrant lateral will be measured under that item. If the hydrant lateral is asbestos -cement pipe, and one or more contract bid items for asbestos -cement pipe or water main removal include diameter, removal and handling, including hauling and disposal, of the hydrant lateral will be measured under the item with either a diameter matching, or the smallest diameter closest to matching, the diameter of the hydrant lateral. When salvage of the hydrant is included in the contract bid item, indicated on the Plans, or specified in the Special Provisions, measurement will be per each hydrant assembly removed as specified herein, and hydrant salvaged to LWSD. Decommissioning water main will be measured along the horizontal length of pipe that has been decommissioned in accordance with the Contract provisions. 2-02.5 Payment Supplement this section with the following "Remove [Material] Water Main, _ In. Diam.," per linear foot. The unit Contract price per linear foot for "Remove [Material] Water Main [Nominal Pipe Diameter]," shall be full compensation for all costs to perform the Work described in this section, including but not limited to sawcutting or pavement planing and pavement removal as applicable, excavation, the removal, handling, hauling and disposal of the pipe and appurtenances, installing and removing temporary blowoff assemblies as necessary, installing permanent or temporary (and removing temporary) fitting, connections, caps or plugs, SP -16 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS and thrust blocks and restraints as necessary, backfilling the trench with suitable compacted native material, temporary backfill and surfacing, and removing temporary backfill and surfacing. "Remove and Salvage Water Valve, _ In. Diam.," per each. The unit Contract price per each for "Remove and Salvage Water Valve, [Nominal Valve Diamter]." shall be full compensation for all costs to perform the Work described in this section, including but not limited to sawcutting or pavement planing and pavement removal as applicable, excavation, the removal, handling, hauling and disposal of the valve box complete (sections, lid, asphalt or concrete pad, asphalt or concrete collar, appurtenances), salvage of the valve to LWSD, installing and removing temporary blowoff assemblies as necessary, installing permanent or temporary (and removing temporary) fitting, connections, caps or plugs, and thrust blocks and restraints as necessary, backfilling the excavation with suitable compacted native material, temporary backfill and surfacing, and removing temporary backfill and surfacing. When salvage of the water valve is included in the contract bid item, indicated on the Plans, or specified in the Special Provisions, the work shall also include salvage of the valve to LWSD. "Remove Hydrant Assembly," per each. The unit Contract price per each for "Remove Hydrant Assembly" shall be full compensation for all costs to perform the Work described in this section, including but not limited to sawcutting or pavement planing and pavement removal as applicable, excavation, the removal, handling, hauling, and disposal of the fire hydrant assembly and appurtenances, installing and removing temporary blowoff assemblies as necessary, installing permanent or temporary (and removing temporary) fitting, connections, caps or plugs, and thrust blocks and restraints as necessary, backfilling the excavation with suitable compacted native material, temporary backfill and surfacing, and removing temporary backfill and surfacing. The Work shall also include modification to the existing water main as indicated on the Plans and specified herein when a water main is to remain in service. When salvage of the hydrant is included in the contract bid item, indicated on the Plans, or specified in the Special Provisions, the work shall also include salvage of the hydrant to LWSD. Work associated with the respective contract bid item for removal of a water facility or feature including assisting water main isolation by LWSD, cutting and draining mains, trench dewatering, water quality treatment, water pollution and erosion prevention, installing and removing temporary or modified temporary blowoff assemblies on existing water mains, Installing permanent or modified permanent blowoff assemblies on existing water mains to remain in service as shown on the Plans, assisting flushing and filling of existing water mains by LWSD as applicable, loading, hauling, temporary stockpiling, and stockpile protection shall be considered incidental to and included in the respective contract bid item. If no pay item is listed in the Proposal, project temporary traffic control, permitting, regulatory compliance, surfacing, and surface restoration shall be considered incidental to and included in the Work for the respective contract bid item for removal of a water facility or feature. If native material is deemed unsuitable by the Engineer per 7-09.3(8) or is determined by the Engineer to be of insufficient quantity to complete the trench backfill to subgrade, "Crushed Surfacing Top Course for Trench Backfill" shall be furnished and placed to complete the trench backfill to subgrade. Measurement and payment will be in accordance with the contract bid item for "Crushed Surfacing Top Course for Trench Backfill," except that if the deficient quality or insufficient quantity of the native material for trench backfill is due to the Contractor's operations or failure to protect the Work at the sole determination of the Engineer, no separate measurement or payment will be made, and all cost for furnishing and placing the supplemental trench backfill material shall be considered incidental to and included in the respective contract bid item price. S. Dash Point Road Water Main Improvements SP -17 SPECIAL PROVISIONS 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 Description The first paragraph is supplemented with the following: The Work also includes excavating and grading driveways as shown on the Plans. 2-03.3(7) Disposal of Surplus Material 2-03.3(7)A General This subsection is revised to read: The Contractor shall remove, haul to, and dispose materials from roadway excavation at a site permitted to receive such materials. 2-03.3(19) New Subsection Add the following new subsection: (NEW SUBSECTION) 2-03.3(19) Driveway Excavation Excavation to subgrade for driveway restoration as shown on the Plans shall be considered the same as roadway excavation for the purposes of measurement and payment. 2-09 STRUCTURE EXCAVATION 2-09.3(1) General Requirements Replace this section with the following: All structure excavation, trenching, and shoring shall be performed in strict compliance with Chapter 39.04.180 RCW, the Washington Industrial Safety and Health Act, Chapter 49.17, as promulgated under the Washington State Safety Code relating to excavation, trenching and shoring and as set forth in "Safety Standards for Construction Work," Chapter 296-155 WAC Part N, as well as all other applicable local, Contracting Agency, State, and Federal laws and regulations. All shoring, including sheeting and bracing, or equivalent trench stabilization and worker protection system required to perform and protect the excavation, and to safeguard the personnel who may enter the excavation, shall be furnished by the Contractor. If workers enter any trench or other excavation four feet (4') or more in depth that does not meet the open pit requirements as generally set forth in Section 2-09.3(3)B, it shall be shored. The Contractor alone shall be responsible for worker safety, and the Contracting Agency and LWSD assume no responsibility therefore. Upon completing the Work, the Contractor shall remove all shoring, unless otherwise shown on the Plans or directed by the Engineer. The Contractor is advised that the Contracting Agency and LWSD have not so delegated, and the Engineer does not purport to be, a trench excavation system safety expert, is not so engaged in that capacity under this Contract, and has neither the authority nor the responsibility to enforce construction safety laws, rules, SP -18 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS regulations, or procedures, or to order the suspension of work for claimed violations of trench excavation safety. The furnishing by the Contracting Agency and LWSD of resident project representation and inspection shall not make the Contracting Agency and LWSD responsible for the enforcement of such laws, rules, regulations, or procedures, nor shall such make the Contracting Agency and LWSD responsible for construction means, methods, techniques, sequences, procedures, or for the Contractor's failure to properly perform the Work necessary for proper trench excavation safety. 2-09.3(1)C Removal of Unstable Base Material Replace this subsection with the following: When the material at the bottom of an excavation is not stable enough to support the Structure, including where applicable, compacted pipe bedding and backfill, trench backfill, and surfacing materials (i.e., structural roadway or driveway sections, curbs, gutters, sidewalks, topsoil, plantings), the Contractor shall excavate below subgrade and replace the unstable material with compacted gravel backfill as provided in Section 7- 09.3(8). 2-09.3(1)D Disposal of Excavated Material Replace the third paragraph with the following: If the Contract includes structure excavation, Class A or B, including haul, shoring or extra excavation, Class A or B, or Trench Safety System, the unit Contract price shall include all costs for loading and hauling excavated material to a permitted disposal site, or to and from a temporary stockpile. Any such stockpiled materials either suitable or designated for incorporation in the Project shall be handled in accordance with Subsection 2-09.3(1)E. 2-09.3(3)D Shoring and Cofferdams Replace the first numbered item under the eighteenth paragraph with the following: 1. Remove all structural shoring, including temporary sheeting, bracing, and fasteners, not designated on the Plans to become part of the completed Work. 2-09.3(3)F Trench Restoration and Temporary Protection Add the following new subsection: (NEW SUBSECTION) 2-09.3(3)F Trench Restoration and Temporary Protection All trenches shall be closed up and fully backfilled with compacted trench backfill, and permanent surfacing as shown on the Plans, or graded level and surfaced with temporary compacted crushed surfacing top course and/or pavement, or protected with temporary anchored steel plates or surfacing, or otherwise be secured prior to completing each day's work. In areas where traffic must be restored between work shifts, the Contractor shall provide a safe, smooth, drivable surface for traffic, including access to fronting parcels. In areas subject to traffic, trenches not backfilled, protected with temporary anchored steel plates or surfacing, or otherwise sufficiently restored for the safe flow of traffic and access, shall be protected and delineated with traffic safety and directional devices conforming to OSHA and WISHA requirements, and the MUTCD as modified by the WSDOT. S. Dash Point Road Water Main Improvements SP -19 SPECIAL PROVISIONS Steel plates shall be treated and have a non-skid surface. Steel plates potentially subject to vehicle traffic loads shall be sufficiently dimensioned and anchored to safely support an HS 25-44 loading at the posted speed limit, including impact loading. Such temporary trench coverage shall either completely cover the incomplete trench section, or extend sufficiently beyond the edge of pavement or the travelled way, and be supplemented with reflectorized delineators and/or other devices as necessary, to ensure traffic safety and provide a smooth transition to and from the adjoining undisturbed travel surface. Adjoining plates shall not have gaps and shall be welded together when left in use longer than 24 continuous hours., and Commercial HMA shall be used to provide a smooth transition between the plates and the existing travel surface. Signing shall be installed in accordance with the MUTCD as modified by the WSDOT. All such costs to install and remove temporary trench backfill or surfacing, steel plates, and supplemental traffic and work area safety provisions shall be incidental to and included in the contract prices for water main removal and installation, and related items of Work, and no separate measurement or payment shall be made. 2-09.3(3)G Trench Safety Systems Add the following new subsection: (NEW SUBSECTION) 2-09.3(3)G Trench Safety Systems The Contractor shall provide all materials, labor, and equipment necessary to shore trenches to protect the Work, and existing improvements and natural features not designated for removal, and to provide safe working conditions in the trench. The Contractor may elect to use any combination of shoring and overbreak, tunneling, boring, sliding trench shield, or other method of accomplishing the Work consistent with applicable local, State, or Federal safety codes. If workers enter any trench four (4) feet or more in depth that does not meet the open pit requirements of Section 2-09.3(3)B, the excavation shall be shored as provided in Section 2-09.3(4). The Contractor alone shall be responsible for worker safety, and the Contracting Agency and LWSD assume no responsibility. Upon completing the Work, the Contractor shall remove all shoring unless the Plans or the Engineer direct otherwise. Shoring to be removed, or moveable trench shields or boxes, shall be located at least two and one-half (2'/) pipe diameters away from metal or thermoplastic pipe if the bottom of the shoring, shield, or box extends below the top of the pipe, unless a satisfactory means of reconsolidating the bedding or side support material disturbed by shoring removal can be demonstrated. Damages resulting from improper shoring or failure to shore shall be the sole responsibility of the Contractor. The furnishing by the Contracting Agency and LWSD of resident project representation and inspection shall not make the Contracting Agency and LWSD responsible for the enforcement of such laws, rules, regulations, or procedures, nor shall such make the Contracting Agency and LWSD responsible for construction means, methods, techniques, sequences, procedures, or for the Contractor's failure to properly perform the Work necessary for proper trench excavation safety. 2-09.4 Measurement Supplement this section with the following: No unit of measurement shall apply to the lump sum price for "Trench Safety System". SP -20 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS Structure Excavation Cl B shall not be considered for measurement for the installation of water facilities. 2-09.5 Payment Replace the tenth paragraph with the following: The unit Contract price per square foot for "Shoring or Extra Excavation Class B" shall be full pay for furnishing, placing, moving, and removing temporary shoring, or equivalent trench stabilization and worker protection system, and for all excavation, backfill, compaction, and other Work required when extra excavation is used in lieu of such temporary shoring or equivalent trench safety system. If select backfill material is required for backfilling within the limits of the excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Supplement this section with the following: "Trench Safety System," lump sum. The lump sum contract price for 'Trench Safety System" shall be full pay for all temporary shoring or equivalent trench stabilization and worker protection method and materials and will include all design and engineering fees; furnishing, constructing, and removing all temporary shoring or equivalent trench safety system, complete, and as may be required under the provisions of any permits, and in accordance with the requirements of this section. If a separate Contract bid item is included for Shoring or Extra Excavation Class A or Class B, or Shoring or Extra Excavation Trench, Trench Safety System shall apply to all, temporary shoring or equivalent trench safety system, and extra excavation for trenching that is not included in the other contract Shoring or Extra Excavation bid item or items and shall include, but not necessarily be limited to the following items: • Removal of all existing water facilities including, but not limited to water mains, hydrants, valves, fittings, locate stations, meters setters, thrust blocks, service connections, customer supply lines, pressure valves and all associated water appurtenances. • Installation of new water service connections from the water main to the meter setter. • Installation of new customer supply line from the back of the meter setter to the connection point. DIVISION 5 — SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT Supplement Section 5-04, Hot Mix Asphalt with the following: 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: "Temporary Pavement", per ton. Included in the cost per ton for "Temporary Pavement" shall be placement & compaction of hot mix asphalt, cold mix asphalt, roadway excavation to proposed subgrade depths, haul and disposal of temporary pavement. S. Dash Point Road Water Main Improvements SP -21 SPECIAL PROVISIONS DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-09 WATER MAINS 7-09.1 Description Revise this section to read: This Work consists of installing water main and appurtenances in accordance with the Plans, these Standard Specifications, and the Special Provisions, at the locations and depths shown and noted in the Plans, and as may be directed by the LWSD Inspector. 7-09.2 Materials Revise this section to delete any references to steel, polyvinyl chloride (PVC), and Polyethylene pipe for permanent water supply facilities. Pipe for water main shall only be ductile iron pipe Special Thickness Class 52, or such thicker -walled pipe as shown in the Plans. All pipe and fittings for water main shall have restrained joints utilizing thrust restraint systems as specified in Section 9-30. 7-09.3 Construction Requirements Supplement and revise this section with the following: All construction within public road rights-of-way shall be in conformance with the requirements of the City, County, or State governmental agency having jurisdiction in which the work is performed, as herein specified and as directed by the Engineer. All trench excavation required for the installation of water mains and appurtenances shall be unclassified. All material excavated from trenches and piled adjacent to the trench, or in a roadway or public thoroughfare, shall be piled and maintained so that the toe of the slope of the spoil material is at least two feet (2') from the edge of the trench. It shall be piled in a manner to prevent surface water from flowing into the excavation and in a manner that will cause a minimum of inconvenience to public travel. Free access shall be provided to all fire hydrants, water valves and meters; and clearance shall be left to enable the free flow of storm water in all gutters, conduits and natural water courses. All public traffic shall be permitted to pass through the Work with as little inconvenience and delay as possible. The Contractor shall keep existing roads and streets adjacent to or within the limits of the Project open to and maintained in a good and safe condition for traffic at all times. The Contractor shall remove any deposits or debris and shall repair any damage resulting from its operations. Construction shall be conducted so as to cause as little inconvenience as possible to abutting property owners. Additionally, convenient access to each facility's driveways and buildings along the line of Work shall be maintained at all times. Upon completion of rough grading or placing any subsequent layer thereon, the surface of any road bed disturbed shall be brought to a smooth, even condition, free of bumps and depression, and satisfactory for the use of public traffic. Roadways, streets and appurtenances, including driveways and sidewalks, shall be cleaned at the conclusion of each day's operations and at such other times as deemed necessary by the Engineer to ensure the safety of the traveling and pedestrian public and to prevent inconvenience to the Contracting Agency, the public and owners of private property adjacent to the Project. The Contracting Agency reserves the right to restrict the SP -22 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS Contractor to various sites and times of construction during the entire Project. All costs to comply with this Section are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. On its own responsibility and expense, the Contractor shall provide adequate safeguards, safety devices and protective equipment, and take any other needed actions, on its own responsibility or as the Engineer may determine reasonably necessary to protect the life, health and safety of the public and to protect property in connection with the performance of the Work covered by the Contract. Where shown on the Plans or otherwise directed by the Contracting Agency, or City, County, or State governmental agency having jurisdiction, the Contractor shall install silt fences meeting the requirements of the Standard Plans where runoff from areas disturbed by construction activities could impact adjacent undisturbed property. All costs to install silt fences are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. The types of gravel material which shall be used in trenches or other excavations are divided into several classifications. The descriptions of the materials, the locations where they shall be used, and the method for computing pay quantities are set forth in the following Sections and are shown on the Contract Plans. Garden areas shall not be disturbed until after the end of the growing season. The Contractor shall comply with all covenants, requirements and stipulations of easement documents which provide the right of the Contracting Agency or LWSD to perform the Work on private property. 7-09.3(4)C Private Driveways, Storm Drains and Other Improvements Mailboxes, private driveways, storm drains, culverts, service pipelines, conduits, cables, wires, and other items shall be temporarily removed and replaced or reconstructed where necessary to facilitate construction of the water mains and appurtenances. The Contractor shall restore and otherwise reconstruct those items temporarily removed in a manner equal to or better than the original condition. The Contractor shall maintain adequate temporary provisions for domestic mail deliveries, utility service and vehicular access for firefighting apparatus. Where water main construction requires temporary blocking of private driveway access, said disruption shall be for as short a time as reasonably necessary. Under emergency conditions, the Contractor shall immediately restore vehicular access if circumstances so dictate or as otherwise directed by the Engineer. Vehicular access shall be restored overnight and on weekends and holidays. If a separate pay item is not included in the Contract bid items, all costs to comply with this Section are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum Contract bid item prices. 7-09.3(5) Grade and Alignment Revise this subsection, including title, to read: 7-09.3(5) Grade, Depth and Alignment The Contractor shall verify the locations and establish the depth of existing water mains at the points where connections are to be made prior to trenching for the pipelines. A separate contract pay item has been provided for this purpose under the current oroiect under "Connect to Existine Water Main Inch Diam.". The profile shall be adjusted so neither a high spot nor a low spot is created adjacent to the connection to the existing water mains. The depth of trenching for water mains shall be such as to provide a minimum cover of: S. Dash Point Road Water Main Improvements SP -23 SPECIAL PROVISIONS • Thirty-six inches (36") for water pipes with nominal diameters less than or equal to 10 -inches. • Forty-eight inches (48") for water pipes with nominal diameter of 12- to 16 -inches. over the top of the pipe, or twelve (12) inches over all valve nuts, whichever is deeper, or as otherwise shown on the Plans. Deeper excavation may be required due to localized breaks in grade, or to install the new main under existing culverts or other utilities where necessary. To provide for future street/road widening, this standard minimum cover shall be measured from the ground surface where the proposed water main is to be located, or the adjacent edge of pavement, whichever provides the lower water main elevation. Where the profile of the pipeline and ground surface is shown on the Plans, the pipeline shall be laid to the elevation shown regardless of depth. 7-09.3(6) Existing Utilities Supplement this subsection with the following: In addition to those facilities exposed above the ground surface, certain underground utility facilities exist, both known and of record, and unknown. Existing underground utility facilities, where known, are shown on the Plans for convenience only, and the Engineer, Contracting Agency, and LWSD assume no responsibility for proper locations or failure to show utility locations on the Plans. Among others, these utilities include: telephone, telegraph and power lines; natural gas and petroleum product pipelines; sanitary sewer, storm drain/ditches and structures and water lines; traffic and street lighting and signing systems. The locations of the underground utility facilities shown on the Plans have been provided from available records, and may not reflect the exact location of the underground utility facility. The proposed water facilities constituting the Work have been designed to minimize potential conflicts with the existing known underground utility facilities. If the Plans so indicate, certain existing underground utility facilities shall require removing or relocating the underground utility facility by the utility owner before the Contractor begins Work. If said utility owner has not done so by the time Work begins, the Contractor shall immediately notify the Engineer and Contracting Agency in writing. The Contractor shall advise the Utilities Underground Location Center of the commencement of the Work by calling 1-800-424-5555 or 811, providing the proposed construction area and the proposed schedule of work sequence, so the respective participating utilities may field -mark their underground utility facilities, as provided for in RCW 19.122. The Contractor shall also individually advise those utilities and private parties not participating in said one number locator service. The Contractor shall, by letter and copies thereof, demonstrate to the Contracting Agency its efforts to fully inform both the non -participating utilities and private parties and the Utilities Underground Location Center of its activities. Furthermore, the Contractor shall demonstrate full cooperation with each utility and private party involved in the Project. The Contractor shall conform to all other provisions of RCW 19.122. As provided for in RCW 19.122, "reasonable accuracy" in field -locating (marking) underground utility facilities means a field mark within twenty-four (24) inches of the outside dimensions of both sides of an underground utility facility. The minimum horizontal spacing between water mains and storm drains, gas mains, power cable, telephone cable, cable TV, and other underground utility facilities, except sanitary sewers, shall be three (3) feet, measured horizontally. The minimum vertical clearance/spacing between walls of water main pipelines and SP -24 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS pipeline/cable/conduits of other utility facilities, except sanitary sewers, shall be six (6) inches. The minimum horizontal spacing between water mains and sanitary sewers shall be ten (10) feet, measured horizontally, unless a closer spacing is shown on the Plans, in which case certain pipe protection provisions are shown. For water mains crossing over sanitary sewers, a minimum vertical clearance/spacing between the walls of these pipelines shall be eighteen (18) inches, as measured at the intersection thereof, unless a narrower clearance/spacing is shown on the Plans, in which case certain pipe protection measures shall be shown. If these horizontal spacing and/or vertical clearance/spacing requirements cannot be met and are not already provided for in the Plans, the Contractor shall immediately notify the Engineer and Contracting Agency in writing. Certain alterations in alignment and grade of the proposed water system may be required if an existing underground utility facility, by field -location, is found to occupy that corridor indicated on the Plans to be reserved for construction of the proposed water system, or if the standard spacing cannot otherwise be achieved. The Contractor shall do all necessary excavation and potholing to expose such underground utility facilities to prevent damage to them which may otherwise result from the Work. The Contractor shall protect all existing underground utility facilities from damage resulting from the Work. The alignment and grade of the proposed water system shown on the Plans shall only be altered upon the written express approval of the Engineer. The Contractor shall also notify those owners of underground utility facilities within close proximity of the proposed water system, within a reasonable period of time prior to construction at a particular location, so said owner and the Contractor can coordinate the precautions necessary to facilitate construction of the proposed water system and protect that particular underground utility facility. Any damages or disruptions to underground utility facilities resulting from the Contractor's operation shall be reported to the owner of said underground utility facility and to the Contracting Agency. Repairs to the damaged or disrupted underground utility facility shall immediately be made by the owner of said underground utility facility or by the Contractor, at the sole discretion of the owner of said underground utility facility. The cost for repairs to damaged or disrupted underground utility facilities shall be borne by the Contractor, unless the underground utility facility was not field -marked within "reasonable accuracy" defined by RCW 19.122. Whenever existing drainage channels, ditches, culverts, storm drains or structures are disturbed, the Contractor shall provide suitable means for diverting and maintaining all flows during construction in that area. After construction has been completed in that area, all channels, ditches, culverts, storm drains or structures shall be returned to their original location and functional use. Where the proposed water system is in close proximity of existing utility poles, the Contractor shall coordinate construction procedures with the owners of the affected utility poles. The Contractor shall give to the owners of affected utility poles reasonable advance notice so that the Contractor and owners of affected utility poles can properly protect the integrity of the utility poles by temporarily holding or moving the utility poles during construction of the proposed water system. To efficiently perform the Work, the Contractor shall be fully responsible to coordinate the Work and make the necessary arrangements, including permits and payment of any associated charges, with the respective owner of underground utility facilities to relocate, move, remove, or alter their underground utility facilities to attempt to minimize or eliminate conflicts during construction of the proposed water system in ways not otherwise shown on the Plans. Any authorized agent of the Contracting Agency or owners of underground utility facilities may enter the site of the water system improvements at any time to repair, rearrange, alter, or connect their facilities. The S. Dash Point Road Water Main Improvements SP -25 SPECIAL PROVISIONS Contractor shall cooperate with such efforts and shall avoid creating delays or hindrances to those doing the work. As needed, the Contractor shall arrange to coordinate work schedules. All utility facilities, including, but not limited to, water main valve boxes, gas main valve boxes, water meter boxes, and the like, shall remain accessible and marked by the Contractor at all times during construction. All costs to comply with this Section, including any repair and/or restoration of facilities necessitated by the Contractor's operations, are incidental to the Contract and are the responsibility of the Contractor, except as otherwise provided in RCW 19.122. The Contractor shall include all related costs in the Contract bid prices. 7-09.3(7) Trench Excavation Revise this subsection to read: All excavation performed on this Project shall be considered unclassified. Excavation shall consist of the removal of any and all material encountered, including cutting and removal of existing surfacing, tree stumps, trees, logs, abandoned railroad ties, piling, riprap, etc., if necessary. Excavation limits for applicable contract bid items are shown on the Plans. The Contractor shall perform all excavation of every description and of whatever materials encountered to the depth indicated on the Plans. All excavations shall be made by open cut unless provided for otherwise. All trenches shall be excavated to true and smooth bottom grades and in accordance with the lines given by the Engineer. The trench bottom shall provide uniform bearing and support for each length of pipe. Bell holes shall be excavated to the extent necessary to permit accurate work in making and inspecting the joints. The banks of the trenches shall be kept as nearly vertical as soil conditions will permit. Where required to control trench width or to protect adjacent structures, the trench shall be sheeted and braced. Trench widths to one (1) foot above the top of the pipe shall not exceed thirty (30) inches maximum or one and one-half (11/2) times the outside diameter of the pipe plus eighteen (18) inches, whichever is greater. Standard excavating equipment shall be adjusted so as to excavate the narrowest trench possible. Trench excavation shall be not more than two hundred (200) linear feet ahead of the pipe laying and backfilling operation and all trenches shall be closed up and fully backfilled, leveled, and temporarily patched or graveled, or protected with an anchored steel plate at the end of each day as provided in Section 1-07.23(1). In certain circumstances such as high-risk of trench sidewall cave-in, paralleling in close proximity with another utility which could slough into the open trench, critical street crossings, etc., this distance shall be shortened accordingly by the Contractor. The Contractor shall exercise sound engineering and construction practices in excavating the trench and maintaining it so that no damage will occur to any foundation, structure, utility pole or anchor, pipeline, or other facility because of sloughing or slopes, or from any other cause. If, as a result of the excavation, there is disturbance of the ground which may endanger other property, the Contractor shall immediately take remedial action. No act, representation, or instruction of the Engineer or Contracting Agency shall in any way relieve the Contractor from liability for damages or costs that result from trench excavation. Care shall be taken not to excavate below the depth specified. Excavation below that depth shall be backfilled with select backfill material and compacted as specified herein. The Contractor shall prevent damage to major tree roots, particularly those equal to or larger than two inches (2") in diameter. SP -26 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS 7-09.3(7)A Dewatering of Trench Revise this subsection to read: Where water is encountered in the trench and other excavations for structures, it shall be removed during pipe -laying and backfilling operations and the trench and/or excavation so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe, or the structure is placed or constructed and provisions are made to prevent it from floating. Trench water or other deleterious materials shall not be allowed to enter the pipe at any time. The Contractor shall furnish all equipment necessary to dewater the excavation and shall dispose of the water in such a manner as not to cause a nuisance or menace to the public, or damage or cause deterioration of existing improvements or natural features which includes at a minimum discharging to steel roll off tanks per 7-10.3(3) (Baker tanks or approved equal) The dewatering system shall be installed and operated by the Contractor so that the groundwater level outside the excavation is not reduced to the extent that adjacent structures or property are endangered or damaged. The release of groundwater to its static level shall be performed in such a manner as to maintain the undisturbed state of the natural foundation soil, prevent disturbances of backfill and prevent movement of structures and pipelines. Containment and discharge of such collected groundwater shall be in accordance with the TESC Plan as reviewed by the Engineer, and shall include baker tanks (or approved equal) or other measures to dechlorinate and reduce turbidity to acceptable levels (maximum 25 NTU) prior to discharge. Prior to construction, the Contractor shall submit a dewatering plan that describes proposed dewatering methods and equipment that will be used to keep excavations above the pipe foundation level free from water during construction. The plan shall also identify the method and location for disposing collected water, including methods for dechlorinating and controlling turbidity. 7-09.3(7)B Rock Excavation Revise this subsection to read: Rock excavation shall cover the removal and disposal of rock that requires systematic drilling and blasting for its removal, and also boulders exceeding two (2) cubic yards in volume. Ledge rock, stone larger than and one-half (1'/) inches, or boulders, shall be removed to provide a minimum clearance of four inches (4") under the pipe, with additional clearance required for pipe bells as necessary to provide uniform bearing and support for each length of pipe and permit accurate Work in making and inspecting the joints. Hardpan, hard clay, glacial till, sandstone, silt stone, shale, or other sedimentary rocks which are soft, weathered, or extensively fissured will not be classified as rock excavation, even though it may be advantageous to use explosives in its removal. Rock is defined as one which has a modulus of elasticity of more than 200,000 psi or unconfined compressive strength at field moisture content of more than 2,000 psi. Materials removed shall be replaced with selected native materials from adjacent trenches or from imported bedding or backfill as designated by the Engineer. It is anticipated that solid rock will not be encountered. When such material is anticipated to be encountered, it will be paid for through an established bid item. 7-09.3(7)C Extra Trench Excavation Revise this subsection to read: Changes in grades of new water main, including hydrant laterals, from those shown on the Plans may be necessary because of unmarked or unknown utilities or for other reasons. If, in the opinion of the Engineer, it S. Dash Point Road Water Main Improvements SP -27 SPECIAL PROVISIONS is necessary to adjust, correct, relocate or in any way change the line and grade, such changes shall be made by the Contractor as specified herein. When pipeline grade is lowered in excess of one foot (V) below the grade indicated on the Plans, the Contractor shall make extra excavation as necessary. When the pipeline horizontal alignment is changed by more than one foot (V) from the line indicated on the Plans, after the trench has been excavated, the Contractor shall excavate the trench at the changed location and backfill and compact the previous trench. Additional excavation so required will be classified as extra trench excavation. Any additional width made in excess of the designated neat line width of the trench as shown on the Plans by the Contractor shall be backfilled with the same material and in the same manner as specified herein for backfilling within the neat line limits of the trench. 7-09.3(8) Removal and Replacement of Unsuitable Materials Revise this subsection to read: When so directed by the Engineer, excavation shall be extended below the structure or pipeline grades to permit the placing of foundation gravel. Whenever in excavating a trench for water mains the bottom of the trench exposes peat, soft clay, quicksand, or other unsuitable foundation material, such material shall be removed to the depth directed by the Engineer and backfilled with foundation material. When determined by the Engineer that silty soils or fine, sandy soils are encountered, Class C foundation material will be required. Silty soils or fine, sandy soils usually flow in the presence of a stream of water. When determined by the Engineer that clays, peats, or other soft materials are encountered that become saturated with water, but do not break down into fine particles and flow, Class A or Class B foundation material will be required. When native excavated material is shown on the Plans or directed by the Engineer to be used for trench backfill, and such material removed from the trench that is determined by the Engineer to be unsuitable for trench backfill shall be removed loaded directly into trucks, and hauled to a waste site permitted to receive such material. Stockpiling of unsuitable material at the Project site will not be allowed. If material is not available within the limits of the Project for backfilling the trench, the Contractor shall furnish suitable material meeting the requirements of Section 9-03.9(3) "Crushed Surfacing Top Course for Trench Backfill," or the aggregate material as shown on the Plans. 7-09.3(9) Bedding the Pipe Revise this subsection, including title, to read: 7-09.3(9) Pipe Zone Bedding and Backfill Gravel backfill for pipe zone bedding shall be placed to depths shown on the Plans, and shall be rammed and tamped around the pipe to 95 percent of maximum density by the use of shovels or other approved hand-held tools, so as to provide firm and uniform support for the full length of the pipe, valves, and fittings. Care shall be taken to prevent any damage to the pipe or its protective coating. Gravel backfill for pipe zone bedding for pipe zone backfill shall be placed in uniform lifts on each side of and above the pipe as shown on the Plans, and shall be compacted to 90 percent of maximum density. SP -28 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS 7-09.3(10) Backfilling Trenches Revise this subsection to read: Trench backfill material. placement and compaction for ductile iron pipe shall be as shown in the Plans. When all pipe, fittings, valves, valve boxes and other appurtenances have been properly installed and inspected, the trench shall be backfilled. Prior to backfilling, all shoring or other trench safety system components, and debris shall be removed from the trench. Shoring and trench safety system components used by the Contractor shall be removed just ahead of the backfilling operation. Backfill up to twelve (12) inches over the top of the pipe shall be evenly and carefully placed. Materials capable of damaging the pipe or its coating, including, but not limited to, large rocks, stumps, logs, brush, broken concrete, frozen dirt clumps, pavement pieces, and other deleterious material, shall be removed from the backfill material. The remainder of the material shall be continually placed from the end of the trench. Unless otherwise shown on the Plans or directed by the Engineer, native material excavated from the trenches and excavations shall only be used as backfill in the trench section when new water mains are outside of the right-of-way, provided that compaction requirements specified hereinafter can be satisfied. A warranty is neither expressed nor implied relative to the suitability of the native excavated material for trench backfill and the ability to compact said material as set forth in this section. Material removed from the trench that is unsuitable for backfill shall be replaced with suitable material available within the limits of the Project or with suitable imported material meeting the requirements of Section 7-09.3(8), "Removal and Replacement of Unsuitable Materials." A minimum three (3) inch sand cushion, or neoprene pad or high-density polyethylene closed—cell foam with a minimum density of 9.5 Ib/cf shall be placed between the water main and existing pipelines, conduits, or other facilities when utility separation is less than 6 -inches or as directed by the Engineer. Native excavated material in excess of the quantity for compacted trench backfill shall be removed and disposed as provided in Section 7-09.3(8) "Removal and Replacement of Unsuitable Materials." 7-09.3(11) Compaction of Backfill Revise this subsection to read: Unless the density of the trench backfill within a road right-of-way is required to be greater by the jurisdictional road agency, the trench backfill material shall be compacted to at least ninety-five percent (95%) of the maximum density as specified in Section 2-03.3(14)D "Compaction and Moisture Control Tests," for the purposes of this project, the trench backfill materials and compaction shall be as shown on the Plans." Maximum density and optimum moisture for non -granular materials will be determined using WSDOT Test Method No. 609. Maximum density and optimum moisture for granular materials will be determined using WSDOT Test Method No. 606. In-place density and moisture content will be determined using the Washington Densometer method or Nuclear Gauge as outlined in the WSDOT Construction Manual. The backfill material shall be placed in successive layers not exceeding twelve inches (12") in loose thickness, and each layer shall be mechanically compacted to the density specified herein as the trench is backfilled. At locations where paved streets, roadway shoulders, driveways, or sidewalks will be constructed or reconstructed over the trench, the backfill shall be spread in layers and be compacted by mechanical S. Dash Point Road Water Main Improvements SP -29 SPECIAL PROVISIONS tampers. In such cases, the backfill material shall be placed in successive layers not exceeding six inches (6") in loose thickness, and each layer shall be compacted with mechanical tampers to the density specified herein. Mechanical tampers shall be of the impact type as approved by the Engineer. The Contractor shall provide the proper size and type of mechanical compaction equipment and select the proper method of utilizing said equipment to attain the required compaction density. The thickness of layers and the number of passes shall be adjusted to the extent necessary to attain the required compaction density. Impact compactors shall be operated with the least practical amount of pressure or weight applied, and vibratory compactors shall be operated with no more weight applied than the unsupported weight of the machine's pad and boom, all to achieve the required compaction density without overloading the pipe or structure. Moisture content of the backfill material may be adjusted to achieve the required compaction density. This adjustment may be attained by sprinkling the backfill material, or by adding and mixing dry backfill material, or by windrowing the backfill material and allowing it to dry prior to placement in the trench. Contracting Agency, at its sole discretion, may perform compaction tests on the compacted backfill material at any time to supplement Contractor provided material testing.. Areas to be tested shall be at the direction of the Engineer. The Contractor shall perform all work necessary to allow compaction tests to be conducted. The compaction tests shall be performed by a testing consultant/laboratory selected by the Contracting Agency, and the costs expended for the services of said testing consultant/ laboratory shall be borne by the Contracting Agency. The Contractor at its sole expense, shall remove and recompact material that does not meet the specified compaction requirements; shall promptly and properly refill, regrade, restore, or otherwise repair any trench settlement; and shall otherwise remedy any defects that appear in the backfill. Where the required compaction density cannot be achieved on the existing backfill material, the Contractor shall remove and replace said backfill with material able to meet said compaction densities. 7-09.3(12) General Pipe Installation Supplement this subsection with the following new subsections: (NEW SUBSECTION) 7-09.3(12)A Laying Ductile Iron Pipe, Fittings and Appurtenances Ductile iron pipe shall be laid in accordance with AWWA C-151 and the recommendations of the pipe manufacturer. The pipe shall be laid to the line and grade shown on the Plans, in the Standard Plans, and as may be directed by the Engineer. All pipe, fittings and appurtenances shall be carefully checked by the Contractor upon delivery to the project site, as well as just prior to their installation and placement in the trench. The bottom of the trench shall be finished to grade in such a manner that the pipe will have bearing along the entire length of the barrel. The pipe, fittings and appurtenances shall be carefully bedded, joined, and protected. The pipe interior at all times shall be kept free from dirt, gravel, water, and all other deleterious material. The open ends of the pipe, fittings, and appurtenances shall be closed by a watertight plug or by other means approved by LWSD to ensure cleanliness inside the pipe. Except where necessary to make connections with other pipelines, and where otherwise authorized by the Engineer, ductile iron pipe shall be laid with bells facing the direction of laying. The bells shall face upward SP -30 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS where pipelines are laid on an appreciable slope, as authorized by the Engineer. A non-toxic pipe lubricant, as recommended by the pipe manufacturer and approved for use in potable -water applications, shall be applied to the gasket and pipe mating surfaces. Bolts on mechanical joint and flanged pipe, fittings, spools, and appurtenances shall be tightened uniformly to the torque recommended by the manufacturer. All joints in the pipe, fittings, valves, flexible couplings, etc., shall be fully seated with small clearances allowed for pipe expansion. Where flexible couplings are required, the space between pipe ends shall not exceed one quarter inch (1/4") to prevent pipe movement. When the space between pipe ends is excessive, short sections of pipe may be inserted as a spacer ring to limit such pipe movement within the coupling or mechanical joint sleeve fitting, to obtain the one quarter inch (1/4") spacing limitation provided herein. All fittings and pipe which will come in contact with cement concrete, such as from concrete pipe encasement and thrust blocking, shall be protected by a layer of heavy building paper or plastic sheeting. The material shall be wrapped loosely around the pipe and need not be water tight, but no part of the pipe or fittings shall be exposed to the cement concrete. Care shall be exercised during backfilling to prevent the plastic film wrap from becoming punctured or otherwise damaged. The Contractor shall comply with other requirements for placing concrete thrust blocking provided in Section 7-09.3(21) "Concrete Thrust Blocking." Only mechanical joint sleeve fittings shall be used to connect plain ends of ductile iron pipe and/or spools; flexible couplings shall not be used for this purpose. Fittings shall not be backfilled until first approved by the Engineer for compliance with the Plans and Specifications. Where shown on the Plans or otherwise directed by the Engineer, the Contractor shall install pipe anchor blocks, sacked slope retainer and timber baffles meeting the requirements of the Standard Plans in the backfilled trench where water mains are installed on slopes twenty percent (20%) or greater. (NEW SUBSECTION) 7-09.3(12)B Taste and Odor No water main pipe, fitting, or other appurtenances will be accepted by LWSD in which an objectionable taste and/or odor is detected in water which has been in contact with the interior surface(s) of said material, either before or after the material has been installed. Taste and odor testing, if determined necessary by LWSD, shall be conducted through the City of Seattle in accordance with the City of Seattle's testing procedures and requirements. Such testing shall be subject to the City of Seattle's schedule. All such testing by the City of Seattle, and resulting corrective actions required by LWSD to remedy a defect or defects as may be determined by such testing, shall be at the Contractor's sole expense. S. Dash Point Road Water Main Improvements SP -31 SPECIAL PROVISIONS 7-09.3(13) Handling of Pipe Delete the 1st paragraph and replace with the following: Pipe shall be handled in a manner that will prevent damage to the pipe, pipe lining, or coating. Pipe and fittings shall be loaded and unloaded using hoists and slings in a manner to avoid shock or damage, and under no circumstances shall they be dropped, skidded, or rolled against other pipe. If any part of the coating or lining is damaged, repair thereof shall be made by the Contractor at no additional expense to either the Contracting Agency or LWSD, and in the following manner: • For cement -mortar lining and seal coat - Damages to cement mortar linings or sealcoat shall be repaired at an institution or shop that adheres to ANSI/AWWA C104/A 21.4 standards. • For epoxy coating — Damages to epoxy coating shall be repaired at an institution or shop that adheres to ANSI/AWAA C550 standard. If the Contractor is unable to meet the above repair procedures, the pipe or fitting shall be replace at the Contractor's expense. Field repairs of damaged pipe or fittings will not be considered. Damaged pipe shall be rejected, and the Contractor shall immediately place damaged pipe apart from the undamaged and shall remove the damaged pipe from the site within 24 hours. Supplement this subsection with the following: Each pipe, fitting, or other accessory shall be carefully inspected and thoroughly cleaned of any dirt or deleterious material which might be present on the inside prior to its installation. Such cleaning shall be accomplished prior to lowering the pipe or other accessories into the trench; and after the materials are placed in the trench, care shall be taken to keep them internally clean. To minimize risks and expedite the Work, it is suggested that the open ends of stockpiled pipe be plugged, or sealed with a polyethylene bag or equivalent mechanism to prevent the introduction of dirt or deleterious material, and that the pipe be cleaned using, and/or swabbed with a clean foam cube designed for that purpose and saturated in, a one percent (1%) hypochlorite solution. The Contractor shall exercise particular care to guard against the entrance of stormwater or sewage into the trench during the course of construction. All sanitary sewers and storm drain lines, house side sewers, and/or other subsurface drains shall be located prior to excavation. The Contractor shall employ provisions to protect the Work from contamination by deleterious liquids. 7-09.3(14) Cutting Pipe Revise this subsection to read: Whenever it becomes necessary to cut a length of pipe, the cut shall be made by abrasive saw or by special pipe cutter. All pipe ends shall be square with the longitudinal axis of the pipe and shall be reamed or otherwise smoothed so that good connections can be made. Threads shall be cleanly cut. Oxyacetylene torch cutting of ductile iron pipe shall not be allowed. Flaring of copper tubing shall be accurately and smoothly performed with tools designed specifically for this task. SP -32 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS 7-09.3(15) Laying of Pipe on Curves 7-09.3(15)A Ductile Iron Pipe Revise this subsection to read: Long radius curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed the manufacturer's printed recommended deflections. For the purposes of this project, the maximum allowable deflection shall be three (3) degrees or the manufacturer's recommendation, whichever is least. Where field conditions require deflection or curves not anticipated by the Plans, the Engineer will determine the methods to be used. No additional payment will be made for laying pipe on curves as shown on the Plans, nor for field changes involving standard lengths of pipe deflected at the joints. When special fittings not shown on the Plans are required to meet field conditions, additional payment will be made for special fittings. When rubber-gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches shall be made wider on curves for this purpose. 7-09.3(16) Cleaning and Assembling Joints Revise this subsection to read: Joints shall be "made-up" in accordance with the manufacturer's recommendations. Standard joint materials, including rubber ring gaskets, shall be furnished with the pipe. Materials shall be suitable for the specified pipe sizes and pressures. All parts of the pipe ends, coupling, fittings, and appurtenances shall be cleaned to remove oil, grit, or other foreign matter from the joint. Care shall be taken to keep the joint from contacting the ground. Pipe not furnished with a depth mark shall be marked before assembly to ensure visual observation of the work. 7-09.3(19) Connections 7-09.3(19)A Connections to Existing Mains Revise this subsection to read: No connection to the existing water system shall be made until all provisions for hydrostatic pressure testing, as required in Section 7-09.3(23) "Hydrostatic Pressure Test," and disinfection, as required in Section 7-09.3(24) "Disinfection of Water Mains," have been met. At least one connection to the existing water system shall be made within ninety-six (96) consecutive hours of the time that written acceptable results of the most recent bacteriological sampling are available as provided in Section 7-09.3(24)W. "Subsequent Bacteriological Sampling." If at least one connection is not made within the specified time period, additional sampling meeting the requirements of Section 7-09.3(24)0. "Repetition of Flushing and Testing" shall be conducted. Connections to the existing system shall not be made without first making the necessary arrangements with the Contracting Agency LWSD at least seven (7) calendar days in advance to ensure sufficient advance S. Dash Point Road Water Main Improvements SP -33 SPECIAL PROVISIONS coordination with and notification for Sacaiawea Middle School and Federal Way Public Schools. Work shall not be started until all of the materials, equipment and labor necessary to properly complete the work, including that for temporary surface repair, are assembled on the site. When work is once started on a connection, it shall proceed continuously without interruption and as rapidly as possible until completed and under continuous observation by the Contracting Agency and LWSD. All existing mains shall be restored to service overnight and on weekends and holidays, except that for the S. Dash Point Road Water Main Improvements, water service to Sacaiawea Middle School shall be maintained at all times Monday through Friday, and any disruption to that water service shall only be on a Saturday, subject to the advance coordination with the Contracting Agency, LWSD, Sacajawea Middle School, and Federal Way Public Schools. Any such water service disruption on a Saturday shall be limited to eight -hours, and shall be contingent on confirmation from Sacajawea Middle School and Federal Way Public Schools that the proposed disruption will not interfere with a scheduled event or activities. If the disruption will interfere with a scheduled event or activities, the Contractor shall propose a different Saturday, and coordinate and schedule the disruption and work with the Contracting Agency, LWSD, Sacajawea Middle School, and Federal Way Public Schools, accordingly. The Contractor shall coordinate its work on connections to the existing system with that of LWSD's main cleaning efforts as provided for in Section 7-09.3(24)X. "Main cleaning." In certain cases, foam rubber cubes used for main cleaning must be inserted into the new system prior to its connection to the existing system. If the connection to the existing system involves temporarily discontinuing water service to customers, the Contractor shall be responsible for notifying the customers affected by the service interruption, as well as the fire protection authority having jurisdiction, at least seventy-two (72) hours in advance of said scheduled service interruption. LWSD will advise the Contractor as to which customers are affected by the service interruption, and shall provide the forms ("door -hangers") to be used for said notification efforts. The Contractor shall fill in the appropriate spaces in said forms. The Engineer may, under certain special circumstances, require this connection work to be performed during times other than normal working hours, at no additional expense to Contracting Agency or LWSD. Valves in the existing system, or between the existing system and the new system, shall be operated only by Contracting Agency personnel or by others under the Engineer's specific direction. The work anticipated for each connection to the existing system is detailed on the Plans. If conditions are subsequently found to differ from those shown on the Plans, revisions to the connections to the existing system must first be approved by the Engineer. The interior of all pipe and fittings used to make connections to the existing system shall be cleaned of all deleterious material and swabbed and/or sprayed with a clean, one (1) percent hypochlorite solution, mixed in a clean container, before they are installed. If any portion of the new system becomes contaminated during the connection work by the inadvertent entry of ditch water or any other reason, the new system shall again be disinfected in accordance with the provisions of Section 7-09.3(24) "Disinfection of Water Mains" before said connection work is continued. When 1) the existing water system is extended with new pipe to connect to a new system; 2) the new water system has successfully passed the hydrostatic pressure and disinfection tests; 3) connection is approved by the Contracting Agency; and 4) the length of pipe from the existing water system to the new water system is sixty feet (60') or less, this section of new pipe shall be cleaned of all deleterious material and swabbed and/or sprayed with a clean, one (1) percent hypochlorite solution before they are installed. If the length of pipe from the existing water system to the new water system is longer than ten (10) feet, but no longer than sixty (60) feet, this section of new pipe shall be subject to bacteriological testing as specified in Section 7-09.3(24) SP -34 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS "Disinfection of Water Mains." The Contractor shall install temporary blowoff assemblies as necessary to conduct these tests. Tapping sleeves and tapping gate valve assemblies shall first be tested by air or water at a minimum pressure of one hundred pounds per square inch (100 psi), with no perceptible loss after at least two (2) minutes, after placement onto the existing main and before cutting into the existing main. All pipe and fittings exposed by the excavation for a connection to an existing asbestos cement water main shall be bedded with pea gravel meeting the requirements of Section 9-03.25 "Pea Gravel for Asbestos - Cement Pipe Connections." Where shown on the Plans or directed by the Engineer, and after completion of connection(s) to existing main(s), the Contractor shall excavate and remove any existing gate valves and other fittings from water mains scheduled for removal, or decommissioning. Where shown on the Plans, gate valves and other fittings removed shall be replaced with blind flange(s). Where asbestos -cement water main pipe is encountered and removal of a section thereof is required, the Contractor shall comply with all applicable statutes, regulations, and requirements for disposal of said removed section of asbestos -cement pipe promulgated by the Puget Sound Air Pollution Control Agency and any other City, County, State, or Federal governmental agency having jurisdiction. For the purposes of the current project, the Contractor shall comply with the requirements of these Special Provisions for the removal and disposal of asbestos cement pipe. At connections to existing asbestos -cement water main pipe, the Contractor shall furnish and install pea -gravel bedding foundation, and pipe zone bedding and backfill as shown on typical connection detail in the Plans. All costs to comply with this Section are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. 7-09.3(21) Concrete Thrust Blocking Revise this subsection to read: Concrete thrust blocking, as detailed on the Plans and in the Standard Plans, shall be placed at bends, tees, caps, plugs, crosses, and other fittings as required. Concrete used for the blocking shall be poured -in-place and conform to the requirements of Section 6-02.2 "Concrete Structures -Materials." Concrete blocking shall bear against solid, undisturbed earth at the sides and bottom of the trench excavation. The Contractor shall determine the size to be of sufficient proportions and installed so as to withstand the required test pressure and operating conditions. The Contracting Agency reserves the right to require the Contractor to retain the services of a qualified soils engineer to determine adequate thrust blocking size. Blocking shall be placed behind all fittings with unbalanced thrust. Precast blocking or blocking made from timber or other materials shall not be used. If the Contractor unnecessarily disturbs soil which is meant to bear new concrete thrust blocks, the concrete thrust block shall be resized to obtain a bearing area as specified in the contract plans against undisturbed soil at the expense of the Contractor. The Contractor shall not backfill those thrust blocks installed by the Contractor without first being observed by the Engineer. S. Dash Point Road Water Main Improvements SP -35 SPECIAL PROVISIONS All fittings shall be protected by a layer of jute, 15 -pound building paper, or polyethylene sheeting before placing concrete. Blocking shall be formed so that bolts, joints, gaskets, and flanges of adjacent joints are clear of the concrete and so that bolts and joints can be dismantled without removing the concrete. At caps and plugs, where connection to future mains is anticipated, the Contractor shall provide a precast concrete brick of sufficient dimensions between the fitting surface and the poured -in-place concrete. Concrete thrust blocking shall be in place for at least twenty-four (24) hours prior to the hydrostatic pressure test, to allow the concrete to sufficiently hydrate. 7-09.3(22) Blowoff Assemblies Revise this subsection to read: Blowoff assemblies shall be constructed at the locations shown on the Plans and in accordance with the Standard Plans or details shown on the plans. Temporary blow -off assemblies shall be installed on existing water main(s) to remain in service at the approximate location(s) of the connection(s) to the new main(s), and on the terminal ends or branches of the newly installed water main that will be pressure tested and disinfected in accordance with SP 7-09.3(23) and (24). Following satisfactory completion of the testing and disinfection, the Contractor shall remove the temporary blowoff assemblies. Installation and removal of the temporary blowoff facilities, including filling and flushing of existing and new water mains and appurtenances through the temporary blowoff assemblies shall be in accordance with this section and as may be directed by the LWSD Inspector. Modified blowoff assemblies or temporary blowoff assemblies shall be installed where and as shown on the Plans, in areas where the standard assembly would be in an area subject to vehicular or pedestrian traffic, and as may be directed by the LWSD Inspector. Blowoff assemblies shall not be backfilled until first approved by the LWSD Inspector for compliance with the Plans and Specifications. 7-09.3(23) Hydrostatic Pressure Test Revise this subsection to read: All water mains and appurtenances, including, but not limited to, water service connection taps, service saddles, corporation stops, and service pipe and fittings, shall be tested in sections of convenient length under a hydrostatic pressure equal to 250 pounds per square inch (250 psi), or 150 pounds per square inch (150 psi) in excess of the normal operating pressure, whichever is greater. Sections to be tested shall normally be limited to 1,500 feet in length. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the Contractor's working crews, be tested in order to qualify the crew and the material. Pipe -laying shall not be continued more than an additional 1,000 feet until the first section has been tested successfully. Prior to requesting the Engineer to witness the "official" pressure test, the Contractor shall have all equipment set up, completely ready for operation, and shall have successfully performed an acceptable "pre-test" to assure that the pipe is in a satisfactory condition. All costs to comply with this Section are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. SP -36 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS 7-09.3(23)A Testing Extensions from Existing Mains Revise this subsection to read: When 1) the existing water system is extended with new pipe to connect to a new system; 2) the new water system has successfully passed the hydrostatic pressure and disinfection tests; 3) connection is approved by the Contracting Agency; and 4) the length of pipe from the existing water system to the new water system is sixty feet (60') or less, this section of new pipe and fittings shall require no hydrostatic test. However, all pipe and fittings required to effect this connection shall be disinfected according to Section 7-09.3(19)A. "Connections to Existing Mains." Where the length of pipe between the existing water system and the new water system exceeds sixty feet (60'), this section of new pipe shall pass the hydrostatic pressure test and undergo the disinfection procedure, all as specified herein. The Contractor shall install temporary blowoff assemblies as necessary to conduct these tests. Any visible leakage detected from pipe, valves, and fittings required to effect the connection shall be corrected by the Contractor and witnessed by the Contracting Agency, at no additional expense to the Contracting Agency. 7-09.3(23)C Testing Hydrants Installed on Existing Mains Revise this subsection to read: For hydrants installed and connected to existing water mains, and the connection/lateral pipe is sixty (60) feet or less, the hydrant assembly including hydrant tee, connection/lateral pipe, auxiliary gate valve and other fittings, shall not be subject to a hydrostatic pressure test. All pipe, fittings, and appurtenances for the fire hydrant assembly shall be disinfected using the same procedure provided in Section 7-09.3(19)A. "Connections to Existing Mains." Any visible leakage detected from the pipe, valves and fittings for the hydrant assembly shall be corrected by the Contractor and witnessed by the Contracting Agency, at no additional expense to the Contracting Agency, when subjected to the normal working pressure of the existing water system. Where the connection/lateral pipe exceeds sixty feet (60'), the connection/lateral pipe and fittings between the auxiliary gate valve and main hydrant valve shall be subjected to the hydrostatic pressure test and disinfection procedures as specified in Section 7-09.3(24) "Disinfection of Water Mains" and Section 7-09.3(23) "Hydrostatic Pressure Test." 7-09.3(23)D Equipment for Hydrostatic Pressure Test Add the following new subsection: (NEW SUBSECTION) 7-09.3(23)D Equipment for Hydrostatic Pressure Test All pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor and witnessed by the Engineer. A clean container of water from which the pressure pump suction shall draw shall be provided while pumping pressure into the water system being tested. This "make-up" water shall contain a minimum concentration of approximately fifty parts per million (50 ppm) of free chlorine by the addition of a twelve percent (12%) hypochlorite solution. All pumps and other equipment used for this hydrostatic pressure test shall be properly disinfected to prevent the introduction of contamination to the section being tested. Gauges used in the test shall be accompanied with certifications of accuracy from a laboratory approved by the Contracting Agency. If the gauge proposed for use by the Contractor by its appearance could possibly S. Dash Point Road Water Main Improvements SP -37 SPECIAL PROVISIONS provide erroneous test results, the Contracting Agency will provide its own gauge for use during the hydrostatic pressure test(s). The quantity of water required to restore the pressure (the "make-up" water) shall be accurately determined by pumping through a positive displacement water meter with a sweep unit hand registering one gallon per revolution. The meter shall be approved by the Engineer. As an alternative, the Contractor may provide a volumetric graduated container approved by the Engineer to accurately record the quantity of the "make-up" water. 7-09.3(23)E Hydrostatic Pressure Test Procedure Add the following new subsection: (NEW SUBSECTION) 7-09.3(23)E Hydrostatic Pressure Test Procedure The section of pipeline to be tested shall be backfilled sufficiently to prevent movement of the pipe under test pressure. All thrust blocks shall be in place and time allowed for the concrete to sufficiently cure before testing. Where permanent blocking is not otherwise required, the Contractor shall furnish and install temporary blocking and remove it after testing is complete. The water system to be tested shall be filled with a chlorinated water solution in accordance with Section 7-09.3(24)S. "Filling Procedure." The chlorinated water solution shall be allowed to stand in the water system to be tested a sufficient length of time (approximately twenty-four (24) hours) to allow the escape of air and allow the lining of the pipe to absorb water, all before hydrostatic pressure testing is conducted. The test shall be accomplished by pumping the water system to be tested up to the required test pressure, stopping the pump for fifteen (15) minutes, and then pumping the water system to be tested up to the beginning test pressure again. During the test, the water system being tested shall be observed to detect any visible leakage. Acceptability of the hydrostatic pressure test shall be determined by two (2) factors: 1. The quantity of chlorinated water solution required to restore the pressure (the "make-up" water) shall not exceed the volume as determined by the formula: L = ND p o.s 29,600 in which: L = allowable leakage/"make-up" water volume within a fifteen (15) minute period in gallons N = number of joints in the length of pipeline tested D = nominal inside diameter of the pipe in inches P = average test pressure during the leak test in pounds per square inch (gauge) (PSIG) ( Table 7-09.3(12)-A provides the solution to this formula for different diameters and lengths of water main assuming an average test pressure of 250 psig and an assumed number of joints per 100 feet of water main of seven (7). ) SP -38 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS 2. There shall be no appreciable or abrupt loss in pressure during the fifteen (15) minute test period. The hydrostatic pressure test shall be conducted with the hydrant auxiliary gate valve(s) opened and the main hydrant valve(s) closed. At the acceptable conclusion of this hydrostatic pressure test, and when the water system is placed into service, each hydrant will be inspected for visible leakage under working pressure conditions while the hydrant ports are capped and the main hydrant valve is fully opened (to close the hydrant barrel drain valve). Any visible leakage or defects discovered from this visual inspection shall be corrected by the Contractor. (Continued on Next Page) S. Dash Point Road Water Main Improvements SP -39 SPECIAL PROVISIONS TABLE 7-09.3(23)E MAXIMUM ALLOWABLE LEAKAGE/"MAKE-UP" WATER VOLUME (L) FOR 15 -MINUTE HYDROSTATIC PRESSURE TEST L=NDP°'S 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 4 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 50 0.007 0.030 0.060 1.728 0.006 0.103 100 0.015 0.060 0.120 3.455 0.013 0.206 150 0.022 0.090 0.179 5.183 0.019 0.308 200 0.030 0.120 0.239 6.910 0.026 0.411 250 0.037 0.150 0.299 8.638 0.032 0.514 300 0.045 0.179 0.359 10.365 0.039 0.617 350 0.052 0.209 0.419 12.093 0.045 0.720 400 0.060 0.239 0.479 13.820 0.051 0.823 450 0.067 0.269 0.538 15.548 0.058 0.925 500 0.075 0.299 0.598 17.275 0.064 1.028 550 0.082 0.329 0.658 19.003 0.071 1.131 600 0.090 0.359 0.718 20.730 0.077 1.234 650 0.097 0.389 0.778 22.458 0.084 1.337 700 0.105 0.419 0.838 24.185 0.090 1.440 750 0.112 0.449 0.897 25.913 0.096 1.542 800 0.120 0.479 0.957 27.640 0.103 1.645 850 0.127 0.509 1.017 29.368 0.109 1.748 900 0.135 0.538 1.077 31.095 0.116 1.851 950 0.142 0.568 1.137 32.823 0.122 1.954 1000 0.150 0.598 1.197 34.550 0.129 2.057 1050 0.157 0.628 1.256 36.278 0.135 2.159 1100 0.165 0.658 1.316 38.005 0.141 2.262 1150 0.172 0.688 1.376 39.733 0.148 2.365 1200 0.179 0.718 1.436 41.460 0.154 2.468 * For a 32 -gallon garbage can with a top diameter equaling approximately 18.5 inches. SP -40 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS TABLE 7-09.3(23)E MAXIMUM ALLOWABLE LEAKAGE/"MAKE-UP" WATER VOLUME (L) FOR 15 -MINUTE HYDROSTATIC PRESSURE TEST L=NDP°'S 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 6 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 50 0.011 0.045 0.090 2.591 0.010 0.154 100 0.022 0.135 0.179 5.183 0.019 0.308 150 0.034 0.202 0.269 7.774 0.029 0.463 200 0.045 0.269 0.359 10.365 0.039 0.617 * For a 32 -gallon garbage can with a top diameter equaling approximately 18.5 inches. S. Dash Point Road Water Main Improvements SP -41 SPECIAL PROVISIONS TABLE 7-09.3(23)E MAXIMUM ALLOWABLE LEAKAGE/"MAKE-UP" WATER VOLUME (L) FOR 15 -MINUTE HYDROSTATIC PRESSURE TEST L=NDP°'S 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 8 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 50 0.015 0.060 0.120 3.455 0.013 0.206 100 0.030 0.120 0.239 6.910 0.026 0.411 150 0.045 0.179 0.359 10.365 0.039 0.617 200 0.060 0.239 0.479 13.820 0.051 0.823 250 0.075 0.299 0.598 17.275 0.064 1.028 300 0.090 0.359 0.718 20.730 0.077 1.234 350 0.105 0.419 0.838 24.185 0.090 1.440 400 0.120 0.479 0.957 27.640 0.103 1.645 450 0.135 0.538 1.077 31.095 0.116 1.851 500 0.150 0.598 1.197 34.550 0.129 2.057 550 0.165 0.658 1.316 38.005 0.141 2.262 600 0.179 0.718 1.436 41.460 0.154 2.468 650 0.194 0.778 1.555 44.915 0.167 2.673 700 0.209 0.838 1.675 48.370 0.180 2.879 750 0.224 0.897 1.795 51.825 0.193 3.085 800 0.239 0.957 1.914 55.280 0.206 3.290 850 0.254 1.017 2.034 58.735 0.219 3.496 900 0.269 1.077 2.154 62.190 0.231 3.702 950 0.284 1.137 2.273 65.645 0.244 3.907 1000 0.299 1.197 2.393 69.100 0.257 4.113 1050 0.314 1.256 2.513 72.555 0.270 4.319 1100 0.329 1.316 2.632 76.010 0.283 4.524 1150 0.344 1.376 2.752 79.465 0.296 4.730 1200 0.359 1.436 2.872 82.920 0.308 4.936 1250 0.374 1.496 2.991 86.375 0.321 5.141 SP -42 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 1300 0.389 1.555 3.111 89.830 0.334 5.347 1350 0.404 1.615 3.231 93.285 0.347 5.553 1400 0.419 1.675 3.350 96.740 0.360 5.758 1450 0.434 1.735 3.470 100.195 0.373 5.964 1500 0.449 1.795 3.590 103.650 0.386 6.170 1550 0.464 1.855 3.709 107.105 0.398 6.375 1600 0.479 1.914 3.829 110.560 0.411 6.581 1650 0.494 1.974 3.949 114.015 0.424 6.787 1700 0.509 2.034 4.068 117.470 0.437 6.992 1750 0.523 2.094 4.188 120.925 0.450 7.198 1800 0.538 2.154 4.308 124.380 0.463 7.404 1850 0.553 2.214 4.427 127.835 0.476 7.609 1900 0.568 2.273 4.547 131.290 0.488 7.815 1950 0.583 2.333 4.666 134.745 0.501 8.020 2000 0.598 2.393 4.786 138.200 0.514 8.226 2050 0.613 2.453 4.906 141.655 0.527 8.432 2100 0.628 2.513 5.025 145.110 0.540 8.637 2150 0.643 2.573 5.145 148.565 0.553 8.843 2200 0.658 2.632 5.265 152.020 0.566 9.049 2250 0.673 2.692 5.384 155.475 0.578 9.254 2300 0.688 2.752 5.504 158.930 0.591 9.460 2350 0.703 2.812 5.624 162.385 0.604 9.666 2400 0.718 2.872 5.743 165.840 0.617 9.871 2450 0.733 2.932 5.863 169.295 0.630 10.077 2500 0.748 2.991 5.983 172.750 0.643 10.283 * For a 32 -gallon garbage can with a top diameter equaling approximately 18.5 inches. S. Dash Point Road Water Main Improvements SP -43 SPECIAL PROVISIONS TABLE 7-09.3(23)E MAXIMUM ALLOWABLE LEAKAGE/"MAKE-UP" WATER VOLUME (L) FOR 15 -MINUTE HYDROSTATIC PRESSURE TEST L=NDP°'S 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 12 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 50 0.022 0.090 0.179 5.183 0.019 0.308 100 0.045 0.179 0.359 10.365 0.039 0.617 150 0.067 0.269 0.538 15.548 0.058 0.925 200 0.090 0.359 0.718 20.730 0.077 1.234 250 0.112 0.449 0.897 25.913 0.096 1.542 300 0.135 0.538 1.077 31.095 0.116 1.851 350 0.157 0.628 1.256 36.278 0.135 2.159 400 0.179 0.718 1.436 41.460 0.154 2.468 450 0.202 0.808 1.615 46.643 0.174 2.776 500 0.224 0.897 1.795 51.825 0.193 3.085 550 0.247 0.987 1.974 57.008 0.212 3.393 600 0.269 1.077 2.154 62.190 0.231 3.702 650 0.292 1.167 2.333 67.373 0.251 4.010 700 0.314 1.256 2.513 72.555 0.270 4.319 750 0.337 1.346 2.692 77.738 0.289 4.627 800 0.359 1.436 2.872 82.920 0.308 4.936 850 0.381 1.526 3.051 88.103 0.328 5.244 900 0.404 1.615 3.231 93.285 0.347 5.553 950 0.426 1.705 3.410 98.468 0.366 5.861 1000 0.449 1.795 3.590 103.650 0.386 6.170 1050 0.471 1.885 3.769 108.833 0.405 6.478 1100 0.494 1.974 3.949 114.015 0.424 6.787 1150 0.516 2.064 4.128 119.198 0.443 7.095 1200 0.538 2.154 4.308 124.380 0.463 7.404 1250 0.561 2.244 4.487 129.563 0.482 7.712 SP -44 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 1300 0.583 2.333 4.666 134.745 0.501 8.020 1350 0.606 2.423 4.846 139.928 0.521 8.329 1400 0.628 2.513 5.025 145.110 0.540 8.637 1450 0.651 2.602 5.205 150.293 0.559 8.946 1500 0.673 2.692 5.384 155.475 0.578 9.254 1550 0.695 2.782 5.564 160.658 0.598 9.563 1600 0.718 2.872 5.743 165.840 0.617 9.871 1650 0.740 2.961 5.923 171.023 0.636 10.180 1700 0.763 3.051 6.102 176.205 0.656 10.488 1750 0.785 3.141 6.282 181.388 0.675 10.797 1800 0.808 3.231 6.461 186.570 0.694 11.105 1850 0.830 3.320 6.641 191.753 0.713 11.414 1900 0.853 3.410 6.820 196.935 0.733 11.722 1950 0.875 3.500 7.000 202.118 0.752 12.031 2000 0.897 3.590 7.179 207.300 0.771 12.339 2050 0.920 3.679 7.359 212.483 0.790 12.648 2100 0.942 3.769 7.538 217.665 0.810 12.956 2150 0.965 3.859 7.718 222.848 0.829 13.265 2200 0.987 3.949 7.897 228.030 0.848 13.573 2250 1.010 4.038 8.077 233.213 0.868 13.882 2300 1.032 4.128 8.256 238.395 0.887 14.190 2350 1.054 4.218 8.436 243.578 0.906 14.499 2400 1.077 4.308 8.615 248.760 0.925 14.807 2450 1.099 4.397 8.795 253.943 0.945 15.116 2500 1.122 4.487 8.974 259.125 0.964 15.424 * For a 32 -gallon garbage can with a top diameter equaling approximately 18.5 inches. S. Dash Point Road Water Main Improvements SP -45 SPECIAL PROVISIONS TABLE 7-09.3(23)E MAXIMUM ALLOWABLE LEAKAGE/"MAKE-UP" WATER VOLUME (L) FOR 15 -MINUTE HYDROSTATIC PRESSURE TEST L=NDP°'S 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 16 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 50 0.030 0.120 0.239 6.910 0.026 0.411 100 0.060 0.239 0.479 13.820 0.051 0.823 150 0.090 0.359 0.718 20.730 0.077 1.234 200 0.120 0.479 0.957 27.640 0.103 1.645 250 0.150 0.598 1.197 34.550 0.129 2.057 300 0.179 0.718 1.436 41.460 0.154 2.468 350 0.209 0.838 1.675 48.370 0.180 2.879 400 0.239 0.957 1.914 55.280 0.206 3.290 450 0.269 1.077 2.154 62.190 0.231 3.702 500 0.299 1.197 2.393 69.100 0.257 4.113 550 0.329 1.316 2.632 76.010 0.283 4.524 600 0.359 1.436 2.872 82.920 0.308 4.936 650 0.389 1.555 3.111 89.830 0.334 5.347 700 0.419 1.675 3.350 96.740 0.360 5.758 750 0.449 1.795 3.590 103.650 0.386 6.170 800 0.479 1.914 3.829 110.560 0.411 6.581 850 0.509 2.034 4.068 117.470 0.437 6.992 900 0.538 2.154 4.308 124.380 0.463 7.404 950 0.568 2.273 4.547 131.290 0.488 7.815 1000 0.598 2.393 4.786 138.200 0.514 8.226 1050 0.628 2.513 5.025 145.110 0.540 8.637 1100 0.658 2.632 5.265 152.020 0.566 9.049 1150 0.688 2.752 5.504 158.930 0.591 9.460 1200 0.718 2.872 5.743 165.840 0.617 9.871 1250 0.748 2.991 5.983 172.750 0.643 10.283 SP -46 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN (FEET) (GALLONS) (QUARTS) (PINTS) (CU IN) DECIMAL INCHES 16TH INCHES 1300 0.778 3.111 6.222 179.660 0.668 10.694 1350 0.808 3.231 6.461 186.570 0.694 11.105 1400 0.838 3.350 6.701 193.480 0.720 11.517 1450 0.867 3.470 6.940 200.390 0.745 11.928 1500 0.897 3.590 7.179 207.300 0.771 12.339 1550 0.927 3.709 7.419 214.210 0.797 12.750 1600 0.957 3.829 7.658 221.120 0.823 13.162 1650 0.987 3.949 7.897 228.030 0.848 13.573 1700 1.017 4.068 8.136 234.940 0.874 13.984 1750 1.047 4.188 8.376 241.850 0.900 14.396 1800 1.077 4.308 8.615 248.760 0.925 14.807 1850 1.107 4.427 8.854 255.670 0.951 15.218 1900 1.137 4.547 9.094 262.580 0.977 15.630 1950 1.167 4.666 9.333 269.490 1.003 16.041 2000 1.197 4.786 9.572 276.400 1.028 16.452 2050 1.226 4.906 9.812 283.310 1.054 16.864 2100 1.256 5.025 10.051 290.220 1.080 17.275 2150 1.286 5.145 10.290 297.130 1.105 17.686 2200 1.316 5.265 10.530 304.040 1.131 18.097 2250 1.346 5.384 10.769 310.950 1.157 18.509 2300 1.376 5.504 11.008 317.860 1.183 18.920 2350 1.406 5.624 11.247 324.770 1.208 19.331 2400 1.436 5.743 11.487 331.680 1.234 19.743 2450 1.466 5.863 11.726 338.590 1.260 20.154 2500 1.496 5.983 11.965 345.500 1.285 20.565 * For a 32 -gallon garbage can with a top diameter equaling approximately 18.5 inches. 7-09.3(23)F Repetition of Pressure Test Procedure Add the following new subsection: (NEW SUBSECTION) 7-09.3(23)F Repetition of Pressure Test Procedure (******) Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage specified above. Should the water system being tested fail to successfully meet the hydrostatic pressure test as specified, the Contractor shall, at no expense to the Contracting Agency, locate and repair the defects and then re -test the water system as herein specified. The Contracting Agency shall witness said repairs of the defects found. S. Dash Point Road Water Main Improvements SP -47 SPECIAL PROVISIONS Defective materials or workmanship, discovered as a result of the hydrostatic pressure test, shall be replaced by the Contractor at no expense to the Contracting Agency. Whenever it is necessary to replace defective material or correct the workmanship, the hydrostatic pressure test procedure shall be repeated by the Contractor at its own expense until a satisfactory hydrostatic pressure test is obtained. 7-09.3(24) Disinfection of Water Mains Revise this subsection to read: All new water mains, water service connection pipelines and appurtenances thereof, and repaired portions of existing water mains, or extensions thereto, shall be filled, flushed, and disinfected using this procedure. All costs to comply with this Section 7-09.3(24) are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. 7-09.3(24)M Chlorinating Connections to Existing Water Mains and Water Service Connections Revise this subsection to read: The disinfection procedure for connections to existing mains shall be as specified in Section 7-09.3(19)A. "Connections to Existing Mains." The disinfection procedure for service connections shall be as specified in Section 7-15.3(5) "Pressure Testing and Disinfection of Water Service Connections." 7-09.3(24)N Final Flushing and Testing Revise this subsection to read: When satisfactory results of the intermediate chlorine residual test(s) have been achieved, the disinfection solution shall be thoroughly flushed and expelled from all parts of the water system to be tested, including from the water service connection pipelines. Replacement water shall be fed into the water system to be tested through a flushing box obtained and connected by the Contractor. To ensure expulsion of the solution, chlorine residual tests shall be conducted at the designated non -source sample points, and at the end of each water service connection pipeline, and the tests shall show a residual not in excess of that carried in the Contracting Agency's system in the vicinity of the "feed point(s)." Due to the restricted capacity of the flushing box, low flushing velocities should be anticipated. Before flushing has commenced, the hydrant barrel and the flushing box and its appurtenances shall be disinfected using the procedure as that provided in Section 7-09.3(24)S. "Filling Procedure." Flushing overnight will not be permitted. 7-09.3(24)0 Repetition of Flushing and Testing Revise this subsection to read: Should the first disinfection procedure (consisting of the initial and subsequent bacteriological tests constituting one "round" of tests) yield unsatisfactory bacteriological test results, the disinfection procedure shall be repeated by the Contractor at its own expense until satisfactory results are obtained. Failure to obtain satisfactory test results shall be considered as failure by the Contractor to keep the pipe clean before and during construction, and/or failure to properly disinfect the water system. 7-09.3(24)P Sequence of Hydrostatic Pressure Testing and Water for Testing Add the following new subsection: SP -48 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS (NEW SUBSECTION) 7-09.3(24)P Sequence of Hydrostatic Pressure Testing and Water for Testing The hydrostatic pressure test shall be performed after the water system to be tested has been initially filled, but before bacteriological sampling is conducted. The Contractor shall comply with the requirements for this procedure provided in Section 7-09.3(23) "Hydrostatic Pressure Test." The Contracting Agency shall provide a reasonable quantity of water for the testing procedures described herein. The Contracting Agency shall first provide approval to the Contractor for use of said water, based upon its determination whether supply in excess of normal domestic demands is available at that particular time. Excessive wasting of water shall not be permitted. The cost for water in excess of a quantity deemed reasonable by the Engineer shall be borne by the Contractor in accordance with the Contracting Agency's latest fee schedule. 7-09.3(24)Q Equipment for Main Filling, Flushing and Disinfection Add the following new subsection: (NEW SUBSECTION) 7-09.3(24)Q Equipment for Main Filling, Flushing and Disinfection In order to prevent possible contamination of the water system and to reduce wasting of water, the Contracting Agency shall provide to the Contractor one of two devices each time the Contractor requests water to be supplied to the water system to be tested. For the filling procedure hereinafter detailed in Section 7-09.3(24)S. "Filling Procedure," the Contracting Agency shall provide a backflow prevention device (hereinafter referred to as a "chlorinator box") for this purpose. For the chlorine residual testing, flushing and sampling procedures hereinafter detailed in Section 7-09.3(24)T. "Intermediate Chlorine Residual Test," Section 7-09.3(24)N. "Final Flushing and Testing," Section 7-09.3(24)V. "Initial Bacteriological Sampling," and Section 7-09.3(24)W. "Subsequent Bacteriological Sampling," the Contracting Agency shall provide a different backflow prevention device, hereinafter referred to as the "flushing box." The chlorinator box is equipped with an electrically -driven chemical feed pump which can be adjusted to provide a free chlorine concentration of approximately fifty parts per million (50 ppm) at a variety of flow rates. The chlorinator box is also provided with a short section of two and one-half (2'/) inch diameter inlet hose adaptable to a two and one-half (2'/) diameter NST hose thread, and is equipped with a meter and double check valve assembly. A power source with a minimum capacity of one hundred ten (110) volts A.C. and five hundred (500) watts shall be supplied by the Contractor to operate the pump. The flushing box is also provided with a short section of two and one-half (2'/) diameter inlet hose adaptable to a two and one-half inch (2'/) NST hose thread, and is equipped with a meter and double check valve assembly, but has no chemical feed pump. Both the chlorinator box and flushing box shall be checked out by the Contractor at the Contracting Agency's Water Operations Building on an "as -available" basis, upon execution of an agreement holding the Contracting Agency harmless from any damage to either device while in the Contractor's custody. Other sections of two and one-half (2'/) diameter hose to be used for connecting either device to the water system to be tested can also be provided to the Contractor on an "as -available" basis. The Contractor shall supply all labor and equipment necessary to load and unload either device at the Water Operations Building. The chlorinator box shall be returned to the Water Operations Building after each day's use by the Contractor. No other method of disinfection/chlorine solution injection will be acceptable, unless, prior to use, the Contractor obtains written approval from the Engineer. The use of dry chlorine compounds inserted into the water system during installation is prohibited and deemed an unacceptable disinfection procedure by the Contracting Agency. To provide access at all extremities of the water system to be tested and in the absence of a permanent blowoff assembly or fire hydrant assembly necessary for filling, disinfecting, and hydrostatically testing the water, the Contractor shall furnish temporary blowoff assemblies meeting the requirements of the Standard S. Dash Point Road Water Main Improvements SP -49 SPECIAL PROVISIONS Plans, including provisions for temporary thrust restraint. During testing procedures, the Contractor shall furnish a standpipe assembly for permanent blowoff assemblies as that shown for temporary blowoff assemblies in the Plans. All hoses used for connecting the chlorinator box or flushing box will be furnished by the Contracting Agency at the Water Operations Shop building. The Contractor shall furnish all hoses, dechlorination equipment and materials, velocity dissipaters, and/or containment vessels for flushing, draining, and disposing the disinfection solution from the water main. In addition, the Contractor shall furnish containers of twelve percent (12%) hypochlorite solution and a chlorine residual testing kit (capable of detecting a range from 0 to no more than 250 ppm free chlorine residual) required for the disinfection procedure. 7-09.3(24)R Sample Collection and Bacteriological Testing Results Add the following new subsection: (NEW SUBSECTION) 7-09.3(24)R Sample Collection and Bacteriological Testing Results Bacteriological samples shall remain in the custody of the Contracting Agency at all times. Sample bottles will be brought to the Project site and samples collected and delivered to the laboratory by the Contracting Agency or an authorized agent thereof. Lakehaven Collections of the first sample shall be limited to Monday, Tuesday and Wednesday between 8:00 a.m.. and 2:00 p.m., excluding holidays. Second day samples shall be limited to Tuesday, Wednesday, and Thursday. between 8:00 a.m.. and 2:00 p.m., excluding holidays. Copies of the written reports of bacteriological tests shall be obtained from the laboratory only by employees of the Contracting Agency or an authorized agent thereof. 7-09.3(24)S Filling Procedure Add the following new subsection: (NEW SUBSECTION) 7-09.3(24)S Filling Procedure Each extremity of the water main system to be tested shall be equipped with a fire hydrant assembly or permanent blowoff assembly, as shown on the Plans. Other pipe extremities shall be equipped with a temporary blowoff assembly meeting the requirements of the Standard Plans. The end of each water service connection pipeline shall be equipped with a temporary valve to be used during this main filling, flushing, disinfection, and hydrostatic pressure testing procedure, if the meter setter has not been installed. The water system to be tested, including water service connection pipelines, shall be filled with a chlorinated water solution by use of the chlorinator box, so that all parts of the water system to be tested shall have an initial free chlorine residual of at least fifty parts per million (50 ppm), but not more than one hundred parts per million (100 ppm). The Contractor shall connect the chlorinator box between the existing water system and a point on the water system to be tested, which is selected by the Contractor and approved by the Engineer. Representatives of the Contracting Agency shall observe this filling process. If water is drawn from a fire hydrant on the existing water system, the flow shall be regulated from said hydrant by use of the auxiliary gate valve, with the main hydrant valve fully opened (to close the hydrant barrel drain valve). The Contractor shall disinfect the hydrant barrel and the chlorinator box and its appurtenances by infusing a one percent (1%) hypochlorite solution into a hydrant port after the auxiliary gate valve is closed and after the main hydrant valve is opened. This solution shall be discharged from the hydrant barrel through the chlorinator box before it is connected to the water system to be tested. SP -50 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS The initial chlorine content shall be tested at pipe extremities and other representative points, the number of which is a function of the size of the water system to be tested, and shall be determined by and at the direction of the Engineer, and witnessed by representatives of the Contracting Agency. These points shall hereinafter be referred to as the "designated non -source sample points." During the filling process, all valves and other appurtenances to the water system to be tested shall be operated by the Contractor. The hydrostatic pressure test shall be undertaken at this time, before proceeding further, in accordance with Section 7-09.3(23) "Hydrostatic Pressure Test". 7-09.3(24)T Intermediate Chlorine Residual Test Add the following new subsection: (NEW SUBSECTION) 7-09.3(24)T Intermediate Chlorine Residual Test The disinfection solution shall be retained in the water system to be tested for a period of at least twenty-four (24) hours. After this period, the Contractor shall obtain and connect a flushing box from the existing system to the water system to be tested in order to conduct a test for free chlorine residual. This test shall be performed by the Contractor and witnessed by the Engineer. The test will be deemed acceptable if the residual measured at the designated non -source sample points is no lower than forty parts per million (40 ppm) less than the initial free chlorine residual recorded during the filling procedure. If this residual is not achieved, the Contractor shall clean and/or disinfect the water system by use of the chlorinator box to refill the system with more disinfection solution and provide for a further retention period. The hydrant barrel and flushing box and its appurtenances shall be disinfected using the procedure as that provided in Section 7-09.3(24)S. "Filling Procedure." 7-09.3(24)U Discharge of Disinfection Solution Add the following new subsection: (NEW SUBSECTION) 7-09.3(24)U Discharge of Disinfection Solution The environment to which the chlorinated water disinfection solution is to be discharged shall be inspected by the Contractor and if there is any question that the chlorinated discharge will cause damage to the environment, a reducing agent shall be applied to the water to be wasted to neutralize the chlorine residual remaining in the water (such as sodium thiosulfate in burlap sacks placed across the water stream). Disposal may be made to any available sanitary sewer, provided the rate of disposal does not overload the sewer and the disposal is approved by the sewer agency having jurisdiction. Where necessary, Federal, State, and local regulatory agencies should be contacted to determine special provisions for the disposal of heavily chlorinated water. 7-09.3(24)V Initial Bacteriological Sampling Add the following new subsection: (NEW SUBSECTION) 7-09.3(24)V Initial Bacteriological Sampling Bacteriological samples shall be collected by the Contracting Agency from the source(s) and the designated non -source sample points, using the flushing box obtained and connected by the Contractor. The hydrant barrel and the flushing box and its appurtenances shall be disinfected using the procedure as provided in Section 7-09.3(24)S "Filling Procedure." The Contractor shall not disconnect the box nor its appurtenances nor otherwise cause any disturbance prior to the collection of the samples. At least fifteen (15) minutes prior to S. Dash Point Road Water Main Improvements SP -51 SPECIAL PROVISIONS the scheduled time for collection of the samples, the flow from the source tap(s) and the designated non - source sample points shall be regulated by the Contractor to a flow conducive to the collection of the samples. Bacteriological samples will be analyzed for total coliform bacteria, and for heterotrophic bacteria by the heterotrophic plate count (HPC) analysis. The maximum allowable coliform content of the flushed sample shall be zero (0). The maximum allowable HPC population count in all source samples shall be eighty counts per milliliter (80/ml). The maximum allowable HPC population count for samples from any of the designated non -source sample points shall be no greater than twenty counts per milliliter (20/ml) above the highest HPC population count from a source sample. The HPC population count from any source sample that exceeds eighty counts per milliliter (80/ml) shall be deemed as an indeterminate test and the Contractor shall obtain and connect a flushing box to allow new samples to be drawn for initial bacteriological testing in accordance with the procedures provided herein. 7-09.3(24)W Subsequent Bacteriological Sampling Add the following new subsection: (NEW SUBSECTION) 7-09.3(24)W Subsequent Bacteriological Sampling A subsequent bacteriological sample shall be collected by the Contracting Agency at each point where an initial bacteriological sample was collected, again using a flushing box obtained and connected by the Contractor. The hydrant barrel and the flushing box and its appurtenances shall be disinfected using the procedure as provided in Section 7-09.3(24)S. "Filling Procedure." The Contractor shall not disconnect the box nor its appurtenances nor otherwise cause any disturbance prior to the collection of the samples. At least fifteen (15) minutes prior to the scheduled time for collection of the samples, the flow from the source tap(s) and the designated non -source sample points shall be regulated by the Contractor to a flow conducive to the collection of the samples. These subsequent bacteriological samples shall be collected at least twenty-four (24) hours, but no longer than forty-eight (48) hours after the initial bacteriological samples were collected. However, the subsequent bacteriological samples may be collected later than forty-eight (48) hours after the initial bacteriological samples were collected upon concurrence of the Contractor. The results of the tests performed by the laboratory on these samples shall meet the same criteria as those allowed for the initial bacteriological samples. No flushing of the water system to be tested will be allowed between initial and subsequent bacteriological sampling procedures. The Contractor may charge the system with the flushing box and run no more than sixty (60) seconds of flow at each designated non -source sample point to purge the sample station prior to collecting the test sample. The water system shall be deemed disinfected when written results of both the initial and subsequent bacteriological tests, constituting one "round" of tests, meet the criteria herein set forth. Before placing the water system into service, a satisfactory written report shall be received by the Contracting Agency from the certified laboratory evidencing successful tests. The Contractor's attention is directed to Section 7-09.3(19)A. "Connections to Existing Mains," which provides for the maximum allowable period when a connection to the existing system is to be made by the Contractor after the water system has been deemed disinfected. 7-09.3(24)X Main Cleaning Add the following new subsection: SP -52 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS (NEW SUBSECTION) 7-09.3(24)X Main Cleaning The Contractor shall flush and drain the section of new main as directed by the Contracting Agency's on-site representative immediately following satisfactory completion of all bacteriological testing. After the main has been flushed to the satisfaction of the Contracting Agency's on-site representative, the Contractor shall connect the new water main improvements to the existing water system and the new water main improvements will be placed into service as approved, and as may be directed, by the Contracting Agency's representative. In the event that the new water system improvements fail pass two (2) "rounds" of initial and subsequent bacteriological tests, the Contractor may request to have the Contracting Agency perform main cleaning. The Contractor must notify the Contracting Agency one (1) week in advance of the time such main cleaning is desired to be performed. The Contractor shall cooperate with the main cleaning efforts. The main cleaning procedure will require the furnishing and installation by the Contractor at its own expense, temporary cube launch facilities at the extremities of the water system to be tested. For water mains less than or equal to 8 -inch diameter, permanent blowoff assemblies meeting the requirements of Section 7-09.3(22) "Blowoff Assemblies," temporary blowoff assemblies meeting the requirements of Section 7-09.3(24)Q. "Equipment for Main Filling, Flushing and Disinfection," and fire hydrants are acceptable for use as cube launch facilities. For water mains larger than 8 -inch diameter, the temporary cube launch facility shall consist of ductile iron pipe and fittings connected to each end of the water main, extended to a point between one (1) and three (3) feet above the ground surface with a blind flange tapped two-inch (2") and providing the minimum size as follows: 12 -inch water main — 8 -inch cube launch facility 16 -inch and 24 -inch water main —12 -inch cube launch facility The interior of all pipe and fittings used for temporary cube launch facilities shall be cleaned of all deleterious material and swabbed and/or sprayed with a clean, one percent (1%) hypochlorite solution mixed in a clean container, before they are installed. At the conclusion of main cleaning, the Contractor shall remove and dispose the temporary cube launch facilities, and restore the water system and ground surface to meet the requirements of the Plans and these Specifications, all at its own expense. The Contractor shall repair and restore at its own expense, any damage caused by the main cleaning procedure, including, but not limited to, erosion caused by water flow from blowoffs, fire hydrants, and cube launch facilities. This main cleaning procedure shall not relieve the Contractor of its responsibility for ensuring the proper disinfection of the water system it installed. 7-09.3(25) Surface and Subsurface Facility Restoration Add the following new subsection: 7-09.3(25)M Grade Adjustment of Existing Monument Cases, Valve Boxes, Manhole Covers, Cleanout Covers, Catch Basin Grates, Meter Boxes, and Like Facilities Existing monument cases, valve boxes, manhole covers, cleanout covers, catch basin grates, meter boxes, and like facilities shall be adjusted to the new finish grade established within improved and unimproved areas of the project. The grade adjustment of these facilities shall be deemed necessary as a result of, but not limited to, new roadway pavement overlays, and grade adjustments in improved and unimproved areas. All costs to comply with this Section are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. S. Dash Point Road Water Main Improvements SP -53 SPECIAL PROVISIONS 7-09.3(26) Placing New Water Facilities Into Operation Add the following new subsection: (NEW SUBSECTION) 7-09.3(26) Placing New Water Facilities Into Operation Subsequent to satisfactory completion of hydrostatic pressure testing, disinfection, and bacteriological testing, and if applicable, taste and odor testing, the Contracting Agency will allow the new water facilities to be directly connected to the existing Contracting Agency's water supply system. The Contractor shall complete any remaining connections between the new water facilities and existing water facilities, and the new facilities placed into active service, within 72 -hours of the satisfactory completion of the water quality testing. Opening of new or existing valves to place the new water facilities into operation shall only be performed by the Contracting Agency. Before final acceptance, the new water facilities shall remain in operation for a period of at least ten (10) calendar days. Any leaks or other defects in the Work detected in that period shall be promptly corrected by the Contractor to the satisfaction of the Contracting Agency, at the sole expense of the Contractor. 7-09.4 Measurement Revise this section to read: Measurement of pipe for water mains will be by the linear foot of pipe laid and tested, and shall be measured horizontally along the pipe through all installed fittings, valves, and couplings. Removal and replacement of unsuitable material will be measured by the cubic yard. The depth shall be the actual depth removed to the depth specified in Section 7-09.3(5) "Grade, Depth and Alignment." The width shall be the actual width removed, but in no case shall the measured width exceed the allowable trench widths specified in Section 7-09.3(7) "Trench Excavation" and the neat -line trench width limits shown on the Plans. The length shall be the actual length of the pipe laid and shall be along the pipe through fittings, valves, and couplings. Crushed Surfacing Top Course for trench backfill will be measured based on the computed volume within the excavated neat line trench width and depth, not to exceed the neat -line payment limits as shown on the Water Main Trench Detail, and for the length measured horizontally along the pipeline where the material is used, as directed by the Engineer. There will be no measurement of cast iron fittings that are specifically shown on the Plans, which will be furnished and installed by the Contractor to provide a complete system. Measurement for "Additional Ductile Iron Fittings," will be per pound of additional fittings and couplings furnished, installed and tested by the Contractor not shown on the Plans, but required by the Engineer to be installed to provide a complete system. The weight of the additional cast iron fittings and couplings shall include mechanical joint glands, but exclude gland bolts, nuts, and gaskets. The installation of additional cast iron fittings and couplings will be required by the Engineer for purposes which include, but are not limited to, deflection of the pipeline from its intended alignment to avoid tree removal or unanticipated underground facilities. No specific unit of measurement shall apply to the lump sum item "Dewatering". Measurement for payment of permanent blow off assemblies will be per each. SP -54 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS Measurement for payment of "Connect to Existing Water Main _ Inch. Diam.," per each shall include connections made between new and existing water pipe by long sleeve couplings or couplers, transitions couplings or couplers, fitting restraints, furnishing and placing supplemental foundation material, and pipe zone bedding and backfill, as detailed in the Plans, and removal of temporary blowoff assemblies, and related work as specified in this section. 7-09.5 Payment Revise this section to read: Payment will be made in accordance with Section 1-04.1 for each of the following Bid items that are included in the Proposal: "Ductile Iron Pipe for Water Main, Inch Diam.," per linear foot. The unit Contract price per linear foot for each size of "Ductile Iron Pipe for Water Main Inch Diam." shall be full payment for all costs of the Work to complete the installation of the water main as specified in this Section. The following shall be incidental to and included in the unit Contract price(s) for water main as included in the Proposal: • furnishing and installing pipe and fittings as shown on the plans and details; • tapping existing mains with a tapping tee; • furnishing and installing sand cushion or neoprene separation pad; • protecting existing surface and subsurface improvements that are to remain; • structure excavation Cl B including haul.; • furnishing and installing restrained joints, concrete thrust blocking, and/or thrust restraints as shown on the Plans or as may be required for the Work; • furnishing and installing pipe zone bedding and backfill; • stockpiling including haul and protecting stockpiled excavated trench materials if designated for trench backfill; • hauling and disposing removed or excess materials; • compacting and grading the pipe zone bedding and backfill • furnishing, installing, maintaining, and removing temporary anchored steel plates or surfacing; • Furnishing, maintaining, and removing temporary caps, flanges, and blowoffs • filling, flushing, draining, hydrostatic pressure testing, disinfecting, bacteriological testing, taste and odor testing; • construction sequencing, notifications, and coordinating with water service customers as necessary; and • all other incidental costs necessary for a complete installation in full working order, all as herein specified and otherwise shown in the Plans. If the Contractor over -excavates the pipe trench, or if otherwise the width of the pipe trench becomes wider than the payment limit shown in the Contract Plans, all material removed and placed outside the excavation payment limit shall be at the Contractor's sole expense. The payment limits shown in the Contract Plans shall be considered for payment purposes only, and are not a warranty that the trenches can be excavated and backfilled to those limits. "Additional Ductile Iron Fittings," per pound. The unit Contract price per pound for "Additional Ductile Iron Fittings" shall be full payment for all costs of the Work to furnish and install additional ductile iron fittings not shown on the Plans, but required by the Engineer S. Dash Point Road Water Main Improvements SP -55 SPECIAL PROVISIONS or LWSD Inspector to provide a complete system, and shall include all costs necessary for a complete installation in full working order, tested and disinfected, as herein specified and otherwise shown on the Plans, including associated thrust or restraint blocks, or restrained joint(s). No additional payment shall be made for fittings and couplings which would be normally anticipated in the Work shown on the Plans, even though said fittings and couplings were not specifically shown on the Plans. "Modified Permanent Blowoff Assembly," per each. The unit Contract price per each for "Modified Permanent Blowoff Assembly" shall be full pay for all work to furnish and install the blowoff assembly, including but not limited to, excavating, hauling, and disposing excess material, backfilling with pipe zone bedding and backfill, and trench backfill, compacting the backfill, handling, cutting, laying and cleaning the pipe, and assembling joints, pipe and fittings, valves, thrust block, valve box, and meter box and cover. "Connect to Existing Water Main _ Inch Diam.," per each. The unit contract price per each for "Connect to Existing Water Main —Inch Diam." shall be full pay for all work, including labor, materials, tools, and equipment to expose the existing water main, haul and disposal of excess material, furnish, install, and adjust temporary blowoff assemblies, fill and flush the existing and new water mains in coordination with the LWSD Inspector, remove temporary blowoff assemblies, furnish and place supplemental foundation, and pipe zone bedding and backfill, and to complete the connections of new water main to existing water main as specified herein, and as shown and noted in the Plans and plan details. "Removal and Replacement of Unsuitable Foundation Material," per cubic yard. The unit Contract price per cubic yard for "Removal and Replacement of Unsuitable Foundation Material" shall be full payment for all costs for the Work to remove unsuitable material and to furnish, place and compact suitable foundation material as specified in Section 7-09.3(8) "Removal and Replacement of Unsuitable Materials." "Crushed Surfacing Top Course for Trench Backfill," per cubic yard. The unit Contract price per cubic yard for "Crushed Surfacing Top Course for Trench Backfill" shall be full payment for all cost for the Work to furnish, place, and compact gravel base for trench backfill, as shown and noted in the Plans, including "Water Trench Section," and as authorized in advance by the Engineer. When native material is deemed suitable for trench backfill of new water mains outside of the right-of-way, payment for stockpiling including haul and protecting stockpiled excavated trench materials if designated for trench backfill, placement and compaction of trench backfill shall be considered incidental to "Ductile Iron Pipe for Water Main Inch Diam.," per linear foot. 7-10 VACANT Revise this section, including heading, to read: 7-10 TEMPORARY WATER MAINS AND CONSTRUCTION SEQUENCING 7-10.1 Description This work consists of constructing, operating, maintaining, and removing temporary water mains and construction sequencing in support of permanent water system improvements in accordance with the Plans and Specifications. SP -56 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS 7-10.2 Materials Materials shall meet the requirements of the following sections: Pipe 9-30.1 Ductile Iron Pipe 9-30.1(1) Steel Pipe (4" and Under) 9-30.1(4)B Polyvinyl Chloride (PVC) Pressure Pipe (under 4 inches) 9-30.1(5)B Polyethylene Pressure Pipe (under 4 inches) 9-30.2(10) Temporary Water Mains 9-30.9(1) Fittings 9-30.2 Ductile Iron Pipe 9-30.2(1) Steel Pipe (4" and Under) 9-30.2(4)B Restrained Joints 9-30.2(6) Transition, Reducing and Flexible Couplings 9-30.2(12) For Temporary Water Mains 9-30.9(1) Valves 9-30.3(2) Tapping Sleeve and Valve Assembly 9-30.3(8) End Connections 9-30.3(9) Gate Valves (2" - 12") 9-30.3(10) Bronze Gate Valves (Under 3") 9-30.3(15) Ball Valves for Temporary Water Main and Service Connections 9-30.9(1) Water Service Connections (2 -inches and Smaller) 9-30.6 Saddles 9-30.6(1) Corporation Stops 9-30.6(2) Polyethylene Tubing 9-30.6(3)B Service Fittings 9-30.6(4) Brass Nipples and Fittings 9-30.6(6) Insulating Service Couplings 9-30.6(8) Temporary Water Service Connections 9-30.9(2) Temporary Pipe and Hose Ramps 9-37.2 The Contractor shall provide to the Engineer the names of the manufacturer(s) of the water distribution materials proposed for inclusion in the Work, which materials shall conform in every respect to these Specifications, and shall provide the Manufacturer's Certificate of Compliance meeting the provisions of the General Conditions, for the materials proposed for inclusion in the Work. As used in this Specification, the term "lot of material delivered to the Work" shall mean a shipment of the water distribution materials as it is delivered to the job site. The Engineer shall have free access to all testing and records pertaining to material to be delivered to the job site. The Engineer may elect to be present at any or all material testing operations. 7-10.3 Construction Requirements The Contractor shall sequence the existing water main removal and new watermain installation work such that no temporary water main facilities are required. This construction sequencing plan must be approved by the Owner prior to beginning the work and work will be coordinated with the Owner as it progresses. For the Contractor's convenience, a construction sequencing approach is provided in the Contract appendices and can be submitted for approval prior to beginning work. As necessary, the Contractor shall furnish and install temporary water facilities, including a protected connection or connections to active water facilities, temporary water mains and service connections, and other temporary improvements as described in this Section when and as shown on the Plans, in accordance with a proposed plan for Temporary Water Service as approved by the Engineer, and as necessary to maintain S. Dash Point Road Water Main Improvements SP -57 SPECIAL PROVISIONS water service and prevent water service disruptions exceeding the threshold time limits set forth in subsections 1-08,4(3)A "Allowable Water Service Disruption and Notice," and 1-08.4(3)B "Temporary Water Service." Prior to commencing the Work under this Section, the Contractor shall prepare and submit for the Engineer's review a proposed plan for temporary water service as generally provided in subsection 1-08.4(3)B. At a minimum, the Plans shall include the proposed general configuration and location of the temporary water mains, specific configuration for a typical temporary water service connection, and provisions for: • Protecting the temporary facilities from damage due to traffic, weather, and vandalism. • Accommodating the safe movement of vehicular and pedestrian traffic. • Controlling discharges without damage to public or private improvements. • Responding to temporary water main and service connection issues during work and non -work hours. Generally, temporary water facilities shall be installed in protected areas outside of traffic areas. Where necessary to facilitate the safe movement of vehicles and pedestrians, and to protect the temporary water facilities from damage or disruption, temporary pipe or hose ramps shall be installed. Temporary pipe or hose ramps across traveled public roadways shall be aligned on a slight diagonal from perpendicular to centerline of the roadway to allow for staggered wheel and impact loadings. Any such installation shall be subject to the review and approval of the jurisdictional agency and such supplemental conditions as may be imposed, and shall be accompanied by temporary traffic control signs as shown on the Plans, or reviewed Traffic Control Plan. A Plan or proposed Plan for Temporary Water Service shall limit the number of roadway crossings to the maximum practical extent. The design and installation of the temporary pipe or hose ramps shall provide for the safe movement of traffic across the surface of the ramp, and protect the pipe or hose without displacement, or damage to the pipe, or pavement under the temporary ramp. Open cutting of driveways, roadways, or other paved surface for temporary water facilities will not be allowed except in locations as shown on the Plans for removal and replacement of existing surfacing. In lieu of temporary ramps, the Contractor may pneumatically bore and install temporary water facilities under paved surfaces. The depth of the pneumatic bore shall be sufficient to protect the temporary water facilities and surface improvements from damage, and shall otherwise be aligned both horizontally and vertically to avoid damaging other subsurface or surface facilities or other improvements. Water in the temporary water mains shall be used only to provide temporary water service to Contracting Agency water service accounts. Disruptions of water service shall conform to the coordination and notification requirements of Section 7-10.3(4) "Allowable Water Service Disruption and Notice." Following satisfactory completion of the new water main and/or restoration of water service, the Contractor shall remove, dispose and/or salvage the used temporary water facilities, including temporary pipe and hose ramps, and restore any improvements disturbed by such temporary facilities. 7-10.3(1) Temporary Water Mains Connection to the existing active water main or main shall be protected by an approved backflow prevention device, whether a chlorination or flush box, as furnished by the Contracting Agency. The connection configuration shall be in accordance with the "Temporary Water Main Assembly" detail as shown in the Plans and described in this subsection. SP -58 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS The Contractor shall be responsible to apply for and obtain the chlorination or flush box from the Contracting Agency at the Water Operations building, including payment of the standard deposit. No rental charge will be applied for water use through either the chlorination or flush boxes when used in conjunction with Contracting Agency projects. The backflow device shall either be connected to an available fire hydrant or temporary blowoff assembly as identified in the Plans, or approved Temporary Water Service Plan. The Contractor shall furnish and install security measures to ensure the integrity of the temporary connection and water mains. At a minimum, the backflow prevention device shall be installed outside the traffic clear zone, and be secured to one or more ecology or equivalent concrete blocks with stainless steel aircraft cable and high-strength steel padlock(s). Temporary anchors and insulation shall be placed along the temporary water mains as necessary to secure the pipe, and minimize the potential for freezing or other damage. The Contractor shall furnish and install manifolds, fabricated or cut -in tees, control valves, and temporary blowoff assembly as shown on the Plans or the approved Temporary Water Service Plan to isolate and control flow to, and drainage form or flushing of the main or mains. Temporary blowoff assemblies shall be placed and secured in a similar manner as the backflow prevention device. Handling of temporary water main materials shall be in accordance with Section 7-09 and AWWA C651. Prior to placing the temporary water main and connected temporary water service connection stubs into service, the water main shall be hydrostatically tested to a minimum pressure of 150 psi, and disinfected and subjected to bacteriological testing as otherwise provided in Section 7-09. If authorized by the Contract Agency inspector, the method for chlorination as provided in Section 4.5 of AWWA C615-14, modified to include use of a flushing cube as furnished by the Contracting Agency, may be used to disinfect the temporary water main. 7-10.3(2) Temporary Water Service Connections The Contractor shall furnish and install temporary water service connections as shown on the Plans, or the approved Temporary Water Service Plan, as necessary to maintain water service to customers in accordance with subsections 1-08,4(3)A "Allowable Water Service Disruption and Notice," and 1-08.4(3)B "Temporary Water Service," and as provided in this subsection. Temporary water service lines shall have a minimum nominal diameter of one (1) inch, or the dimension shown on the Plans, whichever is larger. The temporary water service line shall be connected to the temporary water main at a fabricated tee, or corporation stop and saddle. If connected at a fabricated tee, a ball valve or curb stop valve shall be installed after the tee to control the flow to the service line. The temporary water service lines shall be terminated with a temporary cap pending confirmation of sound connections, and flushing to clear and disinfect the temporary service lines prior to connection to the back (customer) side of the meter setter. A 90 -degree street el or swing joint shall be used with short segment of pipe and appropriate connector as shown on the Plans or as necessary to complete the connection to the meter setter. The meter will be removed in advance by the Contracting Agency. Following confirmation of sound connections, and completion of disinfection and flushing to the satisfaction of the Contracting Agency inspector, the Contractor shall complete the temporary connection to the back (customer) side of the meter setter. The Contractor shall perform and coordinate with the Contracting Agency inspector any subsequent flushing of the temporary service connection and customer supply line as determined by the Contracting Agency inspector. S. Dash Point Road Water Main Improvements SP -59 SPECIAL PROVISIONS 7-10.3(3) Steel Roll Off Storage Tanks The Contractor shall furnish and install temporary steel roll off storage tanks (Baker tank or approved equal) to discharge all water that is drained from water mains, required to dewater trenches or pumped from project excavations. If required, overnight storage of steel roll off storage tanks shall not be on 1" Ave S and shall be completely within the right-of-way. Drained or stored water shall not be discharged to sanitary or storm sewer systems and shall be treated including dechlorination, and decreasing the turbidity to a maximum of 25 NTUs and decreasing the transparency to maximum 33cm prior to discharging treated water. 7-10.3(4) Allowable Water Service Disruption and Notice Water service to Sacajawea Middle School (School) shall be maintained at all times Monday through Friday during the school year. Disruption of water service to the School during the school year shall only occur on a Saturday as set forth hereunder. Any such proposed disruption shall be contingent on coordination with LWSD, and the School and School District. a minimum of seven business days in advance of the proposed disruption, written confirmation from the School and School District a minimum of three (3) days in advance of the proposed disruption that there are no conflicting events or activities, and approval by LWSD. If the disruption will interfere with a scheduled event or activities at the School, the Contractor shall propose a different Saturday, and adjust the schedule of the work accordingly. In no event shall water service to the School (including fire hydrants and domestic water supply) be disrupted for more than one, 8 -hour period for either the temporary cut and cap, or reconnection, of the lateral mains. For allowable working hours, refer to Section 1-08.0(2) of the Special Provisions. The Contractor shall prepare and hand -deliver a Contracting Agency -furnished notification form to the School ("Door Hanger") a minimum of seventy-two (72) hours (or 3 business days) in advance of any such coordinated and approved water service disruption. 7-10.3(5) Construction Sequence The Contractor shall be responsible for the planning, scheduling and sequencing of the Work. A potential sequence of activities is included in "Appendix W -A: Construction Sequence" in these contract documents. The potential construction sequence plan is intended to illustrate a method for completing the work while maintaining water service to the extent practical and meeting the Contracting Agency's requirements for water facility construction. The Contractor, at their own cost and expense, may develop an alternative proposal for construction sequencing suitable to their operations while meeting the requirements for water service disruptions and meeting the Contracting Agency's requirements for water facility construction as set forth in these contract documents. Such alternative staging concept(s) shall be submitted to the Engineer for approval at the Preconstruction meeting. Acceptance of alternative staging concepts shall be at the sole discretion of the Engineer and the Contractor shall not presume that alternatives will be accepted. Water facility work shall not commence prior to the Engineer's approval of the Contractor's proposed construction sequence for the work. In developing a proposed project schedule and construction sequence plan, the Contractor shall consider the following, at a minimum: SP -60 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS Bacteriological test sampling occurs on two consecutive days following satisfactory completion of the 24-hour minimum chlorine solution contact time for disinfection. Bacteriological test samples are taken only on Monday -Tuesday, Tuesday -Wednesday, or Wednesday -Thursday (subject to holiday constraints), to allow the Contracting Agency's laboratory to obtain 48-hour test results (laboratory operations are Monday through Saturday, excluding holidays). Pressure testing, disinfection, draining, filling, and flushing of, and connections to, new or temporary water facilities shall be coordinated with and be performed at the direction of the Contracting Agency inspector. Flushing of disinfected mains and appurtenances following satisfactory completion of the 24-hour minimum chlorine solution contact time shall be performed until satisfactory chlorine residual levels for bacteriological testing have been achieved as determined by the Contracting Agency inspector. Flushing of mains and appurtenances following disinfection and installation, in accordance with Contracting Agency requirements for the "swab and go" process, shall be at a minimum of three (3) feet per second and continue for the greater of: A) a minimum of eight (8) exchanges of water in that segment; B) a minimum of two (2) minutes; C) as necessary until there is no sediment, debris, or other objectionable color, taste, or odor; or D) as necessary to achieve clean, potable water meeting Department of Health and Contracting Agency requirements, as determined by the Contracting Agency inspector. The contract duration and outlined work sequence in Appendix B of these contract documents anticipate that it may be necessary to utilize more than one crew for certain activities such as the following, including, but not limited to: • Removing and installing water mains; and • Removing and installing water service connections. The contract duration, and the work sequence outlined hereunder, also anticipate that it may be necessary to utilize specialized equipment and/or procedures for portions of the work, such as potholing using vacuum excavation, and providing temporary support in coordination with Puget Sound Energy for utility poles during trench work for removal and installation of water facilities in the vicinity of those utility poles. Work outside of weekly working days, Monday through Friday, as set forth in Item 'S' above, is not anticipated to be necessary, except in the case of an emergency. 7-10.4 Measurement No specific unit of measurement shall apply to the lump sum item for "Construction Sequencing." 7-10.5 Payment Payment will be made in accordance with Section 1-04.1 for the following Bid item when it is included in the Proposal: "Construction Sequencing," lump sum. The lump sum price for "Construction Sequencing" shall be full pay for all costs to prepare, submit, and revise plans for construction sequencing in accordance with Section 1-08.4, and to schedule, manage, and perform the Work in accordance with the approved Construction Sequence Plan(s), including notifications and coordination; furnishing, installing, activating, deactivating and removing temporary blowoff assemblies as shown in the plans and details, other connections and terminations, and provisions for protecting the facilities and maintaining traffic access including anchored steel plating; steel roll off tanks (baker tank or approved equal) for storing and treating water; draining, filling, flushing and disinfecting water facilities; bacteriological sampling and testing if determined necessary by the Contracting Agency; preparing, submitting, and revising S. Dash Point Road Water Main Improvements SP -61 SPECIAL PROVISIONS plans for temporary service, if applicable; and transferring such temporary water service(s) from existing and to permanent facilities in accordance with an approved Construction Sequencing plan as applicable. Payment of 30 percent of the lump sum price will be made upon approval of the proposed Construction Sequence Plan. No separate measurement or payment will be made for preparation of or revisions to any Construction Sequence Plan, or for any other components of the Work as described under this Subsection. If the Contractor elects to utilize temporary water mains in lieu of sequencing the work to avoid temporary water mains, these temporary water mains shall be incidental to the work in this section and shall meet the requirements within this section. 7-12 VALVES FOR WATER MAINS 7-12.1 Description Revise the first paragraph to read: Valves for water mains shall be suitable for a public potable water system environment, and for installation in a plumb (vertical position), intended to be installed in a normal position on buried and non -buried pipelines for water distribution and transmission systems. 7-12.2 Materials Revise the first paragraph to read: Materials shall meet the requirements of the following Sections: Concrete Blocks 9-12.1 Concrete Brick 9-12.2 Valves 9-30.3 Valve Boxes 9-30.3(4) Valve Marker Posts 9-30.3(5) Combination Air Release/Air Vacuum Valves 9-30.3(7) Tapping Sleeve and Valve Assembly 9-30.3(8) End Connections 9-30.3(9) Gate Valves (2" - 12") 9-30.3(10) Resilient -Seated Gate Valves (4" - 16") 9-30.3(11) Low-density Polyethylene Foam 9-30.8(5) 7-12.3 Construction Requirements Supplement this section with the following: Trench excavation, bedding and backfill materials and requirements shall conform to the provisions of Section 7-09 "Water Mains." Following completion of the installation, the surface or surfacing in the area affected by the installation shall be constructed in accordance with the Plans, and/or restored to pre -construction conditions as provided in Section 2-01.3(5) "Site Restoration" and subsection 7-09.3(25) "Surface and Subsurface Facility Restoration." SP -62 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS 7-12.3(1) Installation of Valve Marker Post Revise this section to read: Valve marker posts shall be furnished and installed at the locations shown on the Plans and in accordance with the Standard Plans. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with twenty (20) inches of the post exposed above grade. 7-12.3(2) Valve Installation Add the following new subsection: (NEW SUBSECTION) 7-12.3(2) Valve Installation Gate valves shall be resilient -seat gate valves unless otherwise shown on the Plans. All valves shall be inspected upon delivery in the field to ensure proper working order before installation. They shall be set and connected to the pipe in the manner as set forth in the AWWA standard for the type of connecting ends furnished. The valves shall be carefully inspected for injury to the outer protective coatings. At all places where the coating has been ruptured or scraped off, the damaged area shall be repaired per section 7-09.3(13). Upon delivery to the Project, all valves shall be opened to prevent the collection of water in the valve while being stored. The interiors of the valves shall be cleaned of all deleterious material and shall be carefully inspected in both the open and closed position prior to installation. The valve operating stem shall be set plumb when installed, unless otherwise shown in the Plans. As provided for in Section 7-09.3(5) "Grade, Depth and Alignment," the depth of trench excavation shall be such that the minimum cover over any valve operating nut is one (1) foot. No valve shall be placed in such a location as to be within any roadside ditch, drainage ditch, drainage channel, or other low area that collects intermittent drainage water. Valves not flanged to fitting groups shall be provided with concrete thrust blocking meeting the requirements of the Standard Plans. Backfilling and compaction around the valves shall be as specified in Section 7-09.3(10) "Backfilling Trenches" and Section 7-09.3(11) "Compaction of Backfill." After installation, all valves shall be subjected to hydrostatic pressure testing and disinfection procedures as specified in Section 7-09.3(24) "Disinfection of Water Mains" and Section 7-09.3(23) "Hydrostatic Pressure Test." Should any defects in the design, materials, or workmanship appear during these tests, the Contractor shall correct such defects with the least possible delay and to the satisfaction of the Contracting Agency. 7-12.3(3) Valve Box Installation Add the following new subsection: (NEW SUBSECTION) 7-12.3(3) Valve Box Installation Valve boxes shall be set plumb and centered over the valve or valve operator where the axis of the valve box is common with the projected axis of the valve stem, in a manner that the valve box does not transmit shock or stress to the valve. The valve box bottom section shall be installed in a manner as to be supported by an EthafoamO collar not less than two (2) inches in thickness. The bottom section shall not rest directly upon the body of the valve or the water pipeline. Backfill shall be carefully tamped around the valve box bottom and top sections to a distance of three (3) feet on all sides of it or to the undisturbed trench wall, if it is closer. The valve box cover shall be set flush with the existing or proposed finished grade for streets, sidewalks, driveways, and or other flexible or rigid pavement S. Dash Point Road Water Main Improvements SP -63 SPECIAL PROVISIONS surface, whichever is applicable, with the lug slots oriented such that the lugs of the cover are parallel with the water main. Where valves are located in sections designated to receive more than one surfacing course of either aggregate or pavement, and the intermediate surface courses will be opened to traffic prior to placement of the final lift of surfacing material; the Contractor shall install the valve box extension to allow adjustment to match the grade and surface of each intermediate and the final layer, and shall adjust the valve box extension to match each such intermediate and final grade and surface. No deleterious material and debris shall be left within the valve box. Cast iron pipe shall be provided and installed between valve box bottom and top sections for deep valve installations. Cut ends shall be squared, beveled, and deburred prior to installation. 7-12.3(4) Asphalt Valve Box Protective Pad Installation Add the following new subsection: (NEW SUBSECTION) 7-12.3(4) Asphalt Valve Box Protective Pad Installation All valves with valve boxes located outside a paved surface shall be provided with an asphalt valve box protective pad. The asphalt valve box protective pad shall be constructed to the dimensions shown and otherwise in accordance with the Standard Plans. Valve boxes shall be adjusted to match the finish grade and surface without depressions. 7-12.3(5) Air Vacuum Valve Assembly Installation Add the following new subsection: (NEW SUBSECTION) 7-12.3(5) Air Vacuum Valve Assembly Installation Combination air release and vacuum valve assemblies shall be installed at locations shown on the Plans and in accordance with the Standard Plans. The actual tap on the water main shall be at the actual high point of the constructed water main. The standpipe and the box which contains the valve shall be located outside the traveled portion of the roadway, preferably behind the curb and sidewalk at property line intersections. All piping shall be continuously sloped to permit escape of any entrapped air within the water mains. 7-12.4 Measurement Revise this section to read: Measurement of valves shall be per each for each type and size installed as specified in this Section, except those gate valves, resilient -seated gate valves, check valves, pressure reducing valves, and pressure relief valves which are specifically included in other items of work. 7-12.5 Payment Revise this section to read: Payment will be made in accordance with Section 1-04.1 for each of the following Bid items that are included in the Proposal: "Gate Valve, _ In. Diam.," per each. The unit Contract price per each for the valve specified shall be full pay for all Work to furnish and install the valve complete in place on the water main, including, but not limited to, excavating, backfilling, compacting SP -64 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS the backfill, laying and jointing the valve, pressure testing, disinfecting, blocking the valve with concrete thrust restraint, painting, installing and adjusting the valve box, installing an asphalt or concrete valve box protective pad and valve marker posts, and performing related Work as necessary and incidental for a complete and fully operational valve installation, in accordance with this Section and as shown on the Plans. 7-14 HYDRANTS 7-14.2 Materials Revise this section to read: Materials shall meet the requirements of the following Sections: Hydrants 9-30.5 End Connections 9-30.5(1) Hydrant Dimensions 9-30.5(2) Hydrant Extensions 9-30.5(3) Hydrant Restraints 9-30.5(4) Traffic Flanges 9-30.5(5) Guard Posts 9-30.5(6) Hydrant Nozzles 9-30.5(7) Operating Nuts 9-30.5(8) Pipe for Water Main 9-30.1 Ductile Iron Pipe 9-30.1(1) Fittings 9-30.2 Ductile Iron Pipe 9-30.2(1) Restrained Joints 9-30.2(6) Bolted, Sleeve -Type Couplings for Plain End Pipe 9-30.2(7) Valves 9-30.3(11) Gravel Backfill for Drywells 9-03.12(5) Construction Geotextile for Underground Drainage 9-33 Low-density Polyethylene Foam 9-30.8(5) 7-14.3 Construction Requirements Supplement this section with the following: Trench excavation, bedding, and backfill materials and requirements shall conform to the provisions of Section 7-09 "Water Mains." Following completion of the installation, relocation, reconnecting, extending or removing a fire hydrant or fire hydrant assembly, the surface or surfacing in the area affected by the Work shall be constructed in accordance with the Plans, and/or restored to pre -construction conditions as provided in Section 2-01.3(5) "Site Restoration" and subsection 7-09.3(25) "Surface and Subsurface Facility Restoration." Hydrant laterals shall be constructed with six-inch (6") diameter ductile iron pipe Special Thickness Class 52 and have restrained joints. A thrust block shall be placed at the hydrant tee; tie rods or shackle rods shall not be used to provide thrust restraint for the hydrant lateral. The lateral shall be extended perpendicular from the connecting main at the hydrant tee to the fire hydrant, and be constructed with as few joints as possible. Where the distance between the hydrant tee and the hydrant is less than an integral number of standard minimum standard laying lengths of pipe from the pipe manufacturer, the number of joints between the hydrant valve and the hydrant shall be limited to the next S. Dash Point Road Water Main Improvements SP -65 SPECIAL PROVISIONS larger integral number of laying lengths minus one (1), except where the Plans show or the Contracting Agency inspector determines that bends are necessary. Where more than one segment of pipe is required such as at bends, the minimum pipe length between fittings shall be two (2) feet. The length of the hydrant lateral shall not exceed fifty (50) linear feet, unless otherwise shown on the Plans, or approved by the Engineer. 7-14.3(1) Setting Hydrants Revise this subsection to read: Fire hydrants shall be installed at the locations shown on the Plans and in accordance with the Standard Plans. Hydrants shall not be installed within three (3) feet of the traveled portion of the travelled way. In addition, a minimum three-foot (3') radius unobstructed, level working area shall be provided around all hydrants. Hydrants shall be installed plumb (vertical) with the hydrant pumper (steamer) port facing the street, or the most likely approach and location of a fire truck while pumping at the hydrant, and as may be directed by the Contracting Agency's Inspector. The hydrant bury depth, defined by AWWA C502-14 as the distance to the nearest six (6) inches from the finished ground surface to the bottom of the connecting pipe, shall be a nominal 3.5 to 4.5 feet, except as otherwise shown on the Plans or directed by the Contracting Agency's Inspector. The bottom of the traffic safety flange shall be set between three (3) inches and six (6) inches above the finished grade at the base of the fire hydrant. The level of the clear zone around the fire hydrant shall match the back edge of sidewalk, or outside edge of pavement for the travelled way in rural road sections. All hydrants shall be set on a concrete block as shown in the Standard Plans. The hydrant barrel drain shall waste into a pit of porous gravel material meeting requirements of Section 9-08.12(5) "Gravel Backfill for Drywells." The Contractor shall ensure that the drain is not covered or otherwise constrained from draining. The gravel shall be separated from the backfill material by construction geotextile for underground drainage. Fire hydrants installed in unimproved areas not shown in the Plans to be surfaced with flexible or rigid paving materials shall have a concrete collar as shown in the Standard Plans and as specified hereunder. Concrete shall be Class 3000 as specified in subsection 6-02.3(2)B, and shall be a minimum of two (2) feet in diameter, centered on the hydrant, by 0.5 -foot thick. The concrete shall be placed against and separated from the hydrant barrel by a 3/8 -inch thick premolded joint filler conforming to subsection 9-04.1(2). In areas adjacent to paved roadway shoulder, sidewalks, or walkways, and the fire hydrant is less than five (5) feet from the edge of such paved surface, the concrete collar shall be installed as a rectangular section with minimum two (2) feet from the center of the hydrant to the edge of the concrete, and extended to the meet the edge of the paved surface. When the collar is placed adjacent to Portland cement concrete pavement, a 3/8 -inch premolded joint filler conforming to subsection 9-04.1(2) shall be installed between the two vertical surfaces. Concrete finishing shall be in accordance with subsection 8-04.3(1) at a minimum, or shall match the adjoining finished concrete surface. All fire hydrants shall be inspected upon delivery in the field to ensure proper working order before installation. After installation, auxiliary gate valves, fittings, other appurtenances, and fire hydrants up to the main hydrant valve shall be subjected to the hydrostatic pressure test as specified in Section 7-09.3(23) "Hydrostatic Pressure Test." The fire hydrant itself shall be subjected to the normal working pressure of the water system after it is placed into service and any detectable leakage from any portion of the hydrant assembly shall be corrected by the Contractor at its own expense. After installation, fire hydrants, auxiliary gate valves, and other appurtenances thereto shall be subjected to disinfection procedures as specified in Section 7-09.3(24) "Disinfection of Water Mains." If the fire hydrant itself is not subject to disinfection as a designated non -source sample point, the fire hydrant shall be filled with a clean, one percent (1%) SP -66 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS hypochlorite solution with the auxiliary gate valve closed and the main hydrant valve fully opened (to close the hydrant barrel drain valve). Fire hydrants shall not be backfilled until first approved by the Engineer for compliance with the Plans and Specifications. Standard hydrant bury depth shall be 3.5 to 4.5 feet. A non-standard bury depth may be allowed. After all installation and testing procedures are satisfactorily completed, the exposed portion of the fire hydrant, except the Storz adapter, shall be painted with two (2) coats of Sherwin/Williams industrial enamel paint, Gloss Safety Yellow No. B54Y37. Any fire hydrant not in service shall be so identified by covering with a burlap or plastic bag properly secured. 7-14.3(2) Hydrant Connections Revise this subsection to read: Fire hydrant connections or laterals shall consist of six-inch (6") ductile iron pipe from the water main to the fire hydrant, and shall include an auxiliary gate valve set vertically and placed in the connection or lateral in accordance with the Standard Plans. The ductile iron pipe shall be Special Thickness Class 52, or the thickness class used for the adjacent water mains, whichever is greater. 7-14.3(2)A Hydrant Restraints Revise this subsection to read: The thrust created in the fire hydrant connection or lateral shall be restrained at the joints using a thrust restraint system provided for in Section 9-30.5(4) "Hydrant Restraints" and as shown in the Standard Plans. Shackle or tie rods or thrust blocks shall not be used to restrain thrust. 7-14.3(2)B Auxiliary Gate Valves and Valve Boxes Revise this subsection read: The auxiliary gate valve and valve box shall be installed in accordance with Section 7-12.3(2) "Valve Installation" and Section 7-12.3(3) "Valve Box Installation." The auxiliary gate valve shall be installed in a manner compatible with the hydrant connection/lateral thrust restraint system. An asphalt valve box protective pad shall also be installed where required in accordance with Section 7-12.3(4) "Asphalt Valve Box Protective Pad Installation." A valve marker post for the auxiliary gate valve shall not be installed. 7-14.3(2)C Hydrant Guard Posts Revise this subsection to read: Fire hydrant guard posts shall be constructed at the locations shown on the Plans and in accordance with the Standard Plans. The exposed portion of each fire hydrant guard post shall be painted with two (2) coats of Sherwin/Williams industrial enamel paint, Gloss Safety Yellow No. B54Y37. 7-14.3(6) Hydrant Extensions Revise this subsection to read: The Contractor shall furnish and install fire hydrant vertical barrel extensions where required due to an unanticipated greater -than -normal water main depth, or the surface grade is raised. The fire hydrant barrel extensions, operating stems for the hydrant main valve, and traffic flanges shall conform to AWWA C502 in design, material, and workmanship. After installation, the extended fire hydrant shall be painted as specified in Section 7-14.3(1) "Setting Hydrants," and shall be subjected to a hydrostatic pressure test and disinfection S. Dash Point Road Water Main Improvements SP -67 SPECIAL PROVISIONS procedure as specified in Section 7-09.3(24) "Disinfection of Water Mains" and Section 7-09.3(23) "Hydrostatic Pressure Test." 7-14.3(8) Hydrant Assemblies Add the following subsection: (NEW SUBSECTION) 7-14.3(8) Hydrant Assemblies Where shown on the Plans, or as may be directed by the Engineer, the Contractor shall furnish and install a hydrant assembly in accordance with these Specifications, and the Standard Plans. Installation of the hydrant tee fitting, auxiliary valve, and lateral main, and the hydrant shall be in accordance with the respective sections of the specifications. All such work shall be incidental to "Hydrant Assembly", and no separate measurement or payment will be made. When a separate bid Proposal item is included, all costs for furnishing and installing one or more restrained joint fittings, as determined necessary by the Contracting Agency's inspector to avoid conflicts with other utilities or obstructions not shown on the Plans, shall be included in and incidental to the lump sum or unit price per pound for "Additional Cast Iron Fittings". 7-14.4 Measurement Revise this section to read: Measurement for setting hydrant assemblies will be made per each. 7-14.5 Payment Revise this section to read: Payment will be made in accordance with Section 1-04.1 for the following Bid items that are included in the Proposal: "Hydrant Assembly" per each. The unit Contract price per each for "Hydrant Assembly" shall be full pay for all work to furnish and install a fire hydrant assembly as described in this Section, including, but not limited to, excavating; installing the hydrant assembly components, placing and compacting backfill, asphalt or concrete valve box protective pad, and fire hydrant guard posts (if required); concrete thrust blocking (if required); testing, disinfecting, and ensuring the satisfactory operation of the installed hydrant assembly; painting, and restoring the surface in areas not scheduled to receive other surface improvements. Payment shall also include bends and associated restrained joints, and pipe segments as identified in the Plans, or as may be determined necessary by the Contracting Agency inspector to avoid conflicts with other utilities or objects. No separate measurement or payment will be made for the connecting segments of ductile iron pipe. 7-15 SERVICE CONNECTIONS 7-15.1 Description Revise this section to read: This work consists of installing water service connections from the Contracting Agency water main to and including a meter box or vault with lid, meter setter, and connection to the customer supply line for the SP -68 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS premise or purpose served. Service connections shall be constructed at the locations shown on the Plans and in accordance with the Standard Plans. 7-15.2 Materials Revise this section to read: Materials shall meet the requirements of the following Sections: Water Service Connections 9-30.6 Saddles 9-30.6(1) Corporation Stops 9-30.6(2) Polyethylene Tubing 9-30.6(3)B Service Fittings 9-30.6(4) Meter Setters 9-30.6(5) Bronze Nipples and Fittings 9-30.6(6) Meter Boxes 9-30.6(7) Insulating Service Couplings 9-30.6(8) "U" Branch Connections 9-30.6(9) Service line bedding and backfill 9-03.13 7-15.3 Construction Requirements Revise this section to read: 7-15.3 Construction Requirements (NEW SUBSECTION) 7-15.3(2) Replace Existing Water Service Connection This work consists of removing the existing water service connection as set forth SP 2-02, and tapping the new water main, furnishing and installing a new service saddle, corporation stop, service line, fittings, meter setter, and meter box, reconnecting the setter to the existing customer supply line where and as shown on the Plans, and in accordance with the Standard Plans, or as may be directed by the LWSD Inspector. The meter setter, water meter, meter box and connection to the customer supply line downstream of the meter box shall remain unchanged. This work shall conform to the applicable provisions of Section 7-15.3(1) "Installing Water Service Connections." For a "double installation," the work shall include reconnections to two (2) existing meter setters and associated additional nipples and fittings. Water service connections shall not be transferred to a new water main until the new water main has successfully passed a hydrostatic pressure test, disinfection procedures are completed, satisfactory bacteriological test results have been confirmed as applicable for the nature and extent of the water main installation, and the water main is placed into service. The Contractor shall be responsible for notifying the affected customer of the pending service interruption as set forth in Section 1-08.4(3)A. The Contractor shall install one continuous length of water service connection pipeline from the meter setter to the new corporation stop to which connection shall be made. If the existing water service connection is on a water main which will remain in service, the existing water service connection pipeline shall be severed at the existing corporation stop, the corporation stop removed from the service saddle, and the tap on the service saddle plugged with a brass pipe plug. If the existing water service connection is on a water main which will not remain in service, the existing water service connection pipeline shall be severed at the existing corporation stop and the corporation stop shall be permanently closed. If the S. Dash Point Road Water Main Improvements SP -69 SPECIAL PROVISIONS existing water service connection is "direct -tapped" without a service saddle on a water main which will remain in service, the corporation stop shall be removed, a service saddle installed centered over the tapped hole, and the tap on the service saddle plugged with a brass pipe plug. Before the new corporation stop is opened, the Contractor shall temporarily remove the water meter from the meter setter and shall flush water through the new pipeline and meter setter inlet to remove sediment and debris, for a minimum of two (2) minutes, or until the water appears clear and deemed acceptable by the Contracting Agency and to ensure the service connection has full -flowing capacity. The Contractor shall then reinstall the water meter, activate the new water service connection, and again flush to remove air and deleterious material, for a minimum of two (2) minutes, or until the water appears clear and deemed acceptable by the Contracting Agency, through an exterior hose bib situated on the building or premise served. (NEW SUBSECTION) 7-15.3(4) Pressure Testing and Disinfecting Water Service Connections All water service connection components, including the customer supply line, fittings, and appurtenances, shall be pre -disinfected prior to installation, except that disinfection of the service connection components from the water main tap to the end of the service line prior to the connection to the meter setter may be disinfected and flushed with the disinfection solution used to disinfect the water main subject to the determination of the Contracting Agency Inspector. All new water service connections, including those replacing existing service connections, shall be subjected to the hydrostatic pressure test up to the meter stop on the meter setter in accordance with Section 7-09.3(23) "Hydrostatic Pressure Test." The service connection pipeline and fittings used to effect a reconnection as specified in Section 7-15.3(2) "Reconnecting Existing Service Connections" shall be tested at the working pressure of the water main before backfilling. Any visible leaks or other defects shall be corrected by the Contractor and witnessed by the Contracting Agency at no additional expense to the Contracting Agency. Any visible leaks detected on the customer supply line installed by the Contractor shall be corrected by the Contractor, and witnessed by the Contracting Agency, at no additional expense to the Contracting Agency. (NEW SUBSECTION) 7-15.3(5) Removing and Decommissioning Existing Service Connections Where a water service connection will not remain connected to a water main, or where shown on the Plans or as may be directed by the Engineer, the Contractor shall remove, dispose and/or salvage the existing service connection tap, meter setter(s), meter box(es), and appurtenances. Water meters will either be removed by the Contracting Agency inspector, or shall be removed by the Contractor as may be directed by the Contracting Agency inspector, prior to removal of any other water service components in and including the meter box and lid. All such removed meters shall remain the property of the Contracting Agency and shall be directly delivered to the custody of the Contracting Agency inspector. If the existing water service connection is on a water main which will remain in service, the existing water service connection pipeline shall be severed at the existing corporation stop, the corporation stop removed from the service saddle, and the tap on the service saddle plugged with a brass pipe plug. If the existing water service connection is on a water main which will not remain in service, the existing water service connection pipeline shall be severed at the existing corporation stop and the corporation stop shall be permanently closed. If the existing water service connection is "direct -tapped" without a service saddle on a water main which will remain in service, the corporation stop shall be removed, a service saddle installed centered over the tapped hole, and the tap on the service saddle plugged with a brass pipe plug. SP -70 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS Where water service connections will not remain connected to an active water main, or where shown the Plans, or when the Contracting Agency inspector determines that a portion of water service connection designated for removal is not accessible Excavating, backfilling, and surface and subsurface facility restoration, for removing and decommissioning water service connections shall be as specified in the applicable portions of Section 7-09 "Water Mains." 7-15.4 Measurement Revise this section to read: Measurement of water service connection installations, reconnections of existing service connections, and replacements of existing service connections will be made per each for each size of water service connection installed and tested. No differentiation will be made for the depth of the water main to which connection is made or the depth of the water main where an existing service connection is to be abandoned and disconnected. No differentiation will be made for the depth to which the water service connection pipe must be laid to conform to the requirements of the jurisdictional road agency, nor the method used to install said pipeline either by boring methods, or by "open -cut" and surface restoration methods. Unless specific Contract Bid items are provided, no differentiation will be made for traffic -rated meter boxes or for "near -side" or "far - side" service connections. A single (not double) service line shall be presumed unless a specifically shown in the Plans and specifically included as a bid Proposal item. The size noted for a service connection is the size of the water meter for the service connection, and not necessarily the size of the service connection pipeline or water main tap. Measurement of removing and decommissioning of existing service connections will be made per each. No differentiation will be made for the size of the water service connection to be abandoned, the depth of the water main from which the service line is to be disconnected, whether the water service connection is "near- side" or "far -side," or whether the water service connection is a "single installation" or a "double installation." 7-15.5 Payment Revise this section to read: Payment will be made in accordance with Section 1-04.1 for the following Bid items that are included in the Proposal: "Replace Existing Water Service Connection, _ In.," per each. The unit Contract price per each of the above item as included in the Contract Bid Proposal shall be full pay for all Work as specified in the section, including but not limited to removal and disconnection of the existing water service connection from the existing customer supply line, capping or otherwise protecting the exposed end of the customer supply line, installing the new water service connection, testing, flushing, disinfection of the new service line and appurtenances, and reconnecting to the customer supply line with a maximum of ten (10) linear feet of new pipe, and all other incidental costs necessary for a complete installation in full working order. DIVISION 8 - MISCELLANEOUS CONSTRUCTION Add the following new section: S. Dash Point Road Water Main Improvements SP -71 SPECIAL PROVISIONS SECTION 8-31 UNDERGROUND UTILITIES 8-31.1 Description This work involves the identification and resolution of utility conflicts not identified in the plans between proposed improvements and existing utilities. The Contracting Agency will pay these costs by force account if the work proves to be acceptable and the Contractor had performed the work with the authority of and due notice to the Engineer. 8-31.3 (1) ) Utility Potholes At the general locations as shown in the Plans, and/or at such locations as may be directed by the Engineer, the Contractor shall excavate to and expose a sufficient extent or portion of the utility or utilities to confirm the horizontal location(s), depth(s), alignment(s), diameter(s), material(s), pipe joint or fitting configuration of the utility or respective utilities to establish the associated connection, extension and/or clearance requirements relative to the information included in the Plans and Contract provisions. The Contractor shall exercise extra precautions in excavating to and exposing the utility or utilities to protect the utility(ies) from damage and service disruptions. Special equipment, such as vacuum excavators, or excavation with hand tools may be necessary for this work. Prior to backfilling, the exposed utility or utilities shall also be reviewed by the Engineer or the Contracting Agency Inspector. Following documentation and review, the exposed utility or utilities shall be carefully covered with suitable native material. Backfill for the pothole shall be compacted to match the adjoining materials, to 95 percent of maximum density as specified in Section 2-03.3(14)D, or as the Engineer may direct. For potholes outside the limits of Project improvements, the surface shall be restored to match the pre-existing condition and adjacent section. Otherwise, temporary surfacing may be used subject to the provisions of Section 1-07.23(1). 8-31.3 (2) Resolution of Utility Conflicts In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: 1. Standby time resulting from existing utility conflicts. a) Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: (1) For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and/or reassign his work forces and equipment to other areas of work to minimize standby time. (2) If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: SP -72 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS a) Water fittings, valves, and pipe realignment of line and/or grade for the water facilities to avoid existing utilities. b) Additional water fittings, valves and pipe required by a change in alignment, and/or grade, not exceeding the limits set in section 1-04.4 of the Standard Specifications. Measurement Utility potholing will be measured per each location excavated, utility or utilities exposed, measured documented, backfilled and surface restored at the location(s) as shown on the Plans or as may be directed by the Engineer. No separate measurement or payment will be made for potholes within a five foot radius of each other. Resolution of Utility conflict will not be considered for measurement. Payment Payment will be made in accordance with Section 1-04.4 for the following Bid item included in the Proposal: "Utility Pothole (Water Facility Installation)," per each. The unit Contract price per each for "Utility Pothole (Water Facility Installation)" shall be full pay for all Work to excavate, expose, measure, and document the existing underground utility or utilities at the locations as shown on the Plans or as may be directed by the Engineer, and to place and compact backfill, and restore the surface as specified. When the Contract does not include a pay item for utility potholes, whether specifically identified on the Plans, utility potholing as described herein, including elective utility potholing such as may be performed by the Contractor to preserve or protect service lines or other utilities, shall be considered incidental to the Work and included in the other Contract pay items. Payment will be made in accordance with Section 1-09.6 for the following bid items when included in the proposal: "Resolution of Utility Conflicts (Water Facility Installation)" will be paid by force account as provided in section 1-09.6. DIVISION 9 - MATERIALS 9-03 AGGREGATES 9-03.10 Aggregate for Gravel Base Supplement the first paragraph of this section with the following: Regardless of the depth of the layer, no "oversize" aggregate shall be allowed. 9-03.21 Recycled Material Revise this section to read as follows: Use of recycled material for blending with aggregate materials to be used for this Project is prohibited, except as provided in Sections 9-03.21(1)A and B.. S. Dash Point Road Water Main Improvements SP -73 SPECIAL PROVISIONS 9-30 WATER DISTRIBUTION MATERIALS Revise the first paragraph to read: This Specification addresses pipe and appurtenances 24 inches in diameter and smaller for the treatment, processing, transmission, and distribution of potable water in a public water supply system. Insert the following paragraph after the first paragraph: All materials shall be new and undamaged. All materials in contact with potable water shall be lead-free in conformance with the provisions of NSF/ANSI Standards 61 and 372, in addition to the requirements of the Safe Drinking Water Act. 9-30.1 Pipe Revise this section to read: All pipe shall be clearly marked with the manufacturer's name, type, class, and thickness as applicable. Lettering shall be legible and permanent under normal conditions of handling and storage. The same manufacturer of each item shall be used throughout the Work. Only ductile iron pipe, fittings, and couplings shall be used for permanent water transmission and distribution facilities, except as may be shown on the Plans or approved by the Engineer. 9-30.1(1) Ductile Iron Pipe Revise this subsection to read: Ductile iron pipe shall be centrifugally cast conforming to AWWA C151 and shall have a cement -mortar lining and seal coat conforming to AWWA C104. The minimum delivered laying length for push -on joint ductile iron pipe shall be eighteen (18) feet. The minimum length of ductile iron pipe to be used on a project shall be fifteen (15) feet, unless a shorter length is required between fittings or is otherwise shown on the Plans. Ductile iron pipe shall be a minimum Standard Thickness Class 52, or the thickness class shown on the Plans, whichever has a thicker wall. Only ductile iron pipe from pre -approved manufacturers of ductile iron pipe as currently listed by the City of Seattle will be allowed. Manufacturers not on the City of Seattle's list of pre -approved manufactures may qualify by following the steps outlined in Section 7-11.2(2), "Pre -Installation Taste and Odor Rating Test," of the City of Seattle's "Standard Specifications for Road, Bridge and Municipal Construction" (2014 edition). The Contractor shall be solely responsible for all risks, schedule impacts, and costs associated with any testing by the City of Seattle for ductile iron pipe for water main from a manufacturer not on the City of Seattle's list of pre -approved manufacturers. No water main pipe, fitting, or other appurtenances will be accepted by the Contracting Agency in which an objectionable taste and/or odor is detected in water which has been in contact with the interior surface(s) of said material, either before or after the material has been installed. Taste and odor testing, if determined necessary by the Contracting Agency, shall be conducted though the City of Seattle in accordance with the City of Seattle's testing procedures and requirements. Such testing shall be subject to the City of Seattle's schedule. All such testing by the City of Seattle, and resulting corrective actions required by the Contracting Agency to remedy a defect or defects as may be determined by such testing, shall be at the Contractor's sole expense. Non -restrained joints between lengths of ductile iron pipe shall be rubber gasket, push -on type, or mechanical joint conforming to AWWA C111. SP -74 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS The dimensions and drilling of flange connections on flanged pipe and spools shall conform to the dimensions of ANSI B16.1 for cast iron or ductile iron flanges and flanged fittings, Class 125, unless otherwise shown on the Plans. All flanged faces shall be machined. Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system between lengths of 4 -inch ductile iron pipe shall be as shown on the Plans or in the Standard Plans. Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system between lengths of ductile iron pipe with push -on type joints shall be: "Series 1100 HD MEGALUG ® Harness" as manufactured by EBAA Iron Sales, Inc., of Eastland, Texas, "Field - Lok" ® 350 gaskets, or "Fast -Grip" ® gaskets. Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system between lengths of ductile iron pipe with mechanical joints shall be: "Series 1100 MEGALUG V as manufactured by EBAA Iron Sales, Inc., of Eastland, Texas, "Field -Lok" ® 350 gaskets, or "Fast -Grip" ® gaskets. All thrust restraint system devices shall be UL listed and FM approved. Locking gaskets shall be specifically stated as compatible with the pipe, without qualification relative to the warranty by the respective manufacturers. Bolts shall be made of high-strength, low -carbon steel, ASTM A307, with heavy hex -head nuts as applicable. Bolts and nuts shall be corrosion resistant with a protective coating consisting of an electroplated zinc base coat, and a fluorocarbon polymer surface coat. 9-30.2 Fittings Supplement this section with the following: The type, material, and identification mark for bolts and nuts shall be provided. 9-30.2(1) Ductile Iron Pipe Revise this subsection to read: Fittings for ductile iron pipe shall meet the following requirements: All fittings shall be ductile iron conforming to the requirements of AWWA C110, be cement -mortar lined and seal coated in accordance with AWWA C104, have an asphaltic or fusion -bonded epoxy coating, Fittings shall be furnished complete with accessory kits or packs consistent for the end connections as described on the Bid Proposal form and as specified herein, including gaskets, glands, bolts, nuts, washers, and lubricants as applicable. Bolts, nuts, and washers shall be of similar materials. Ductile iron mechanical joints shall be "long" body, and rated for 350 psi working pressure. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C110. Synthetic rubber gaskets for mechanical joints shall be made of EPDM, and otherwise be in accordance with AWWA C111. Bolts, nuts and washers shall be in accordance with AWWA C111, at a minimum. Tee -bolts shall be made of high-strength, low -carbon steel, ASTM A307, with heavy hex -head nuts. Bolts and nuts shall be corrosion resistant with a protective coating consisting of an electroplated zinc base coat, and a fluorocarbon polymer surface coat. S. Dash Point Road Water Main Improvements SP -75 SPECIAL PROVISIONS Ductile iron mechanical joint, compact/"short" body rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C110. Synthetic rubber gaskets for mechanical joints shall be made of EPDM, and otherwise be in accordance with AWWA C111. Bolts, nuts and washers shall be in accordance with AWWA C111, at a minimum. Tee -bolts shall be made of high-strength, low -carbon steel, ASTM A307, with heavy hex -head nuts. Bolts and nuts shall be corrosion resistant with a protective coating consisting of an electroplated zinc base coat, and a fluorocarbon polymer surface coat. Ductile iron push -on joint, "long" body rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C110. Rubber gaskets for push -on joints shall be in accordance with AWWA C111, and be made of EPDM. Ductile iron push -on joint, compact/"short" body rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C153. Rubber gaskets for push -on joints shall be in accordance with AWWA C111, and be made of EPDM. Ductile iron flanged joint, rated for 350 psi working pressure. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C110. Flange faces shall be machined. Gaskets for flanged joints shall be synthetic rubber made of EPDM, ring style, and be configured for the pressure rating of the fitting, all in accordance with AWWA C110, including Appendix A. Gaskets for flanges having a recess machined to receive an O-ring shall be Neoprene, and have the dimensions and durometer measurement as recommended by the manufacturer for the particular service application. Bolts, nuts, and washers shall be in in accordance with AWWA C110, including Appendix A, and shall have a corrosion resistant coating consisting of an electroplated zinc base coat, and a fluorocarbon polymer surface coat. Bolts and nuts shall have heavy hex heads. Ductile iron, plain end, compact/"short" body rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C153. 9-30.2(4)B Steel Pipe (4 Inches and Under) Revise this subsection to read: Fittings for steel pipe shall be malleable iron with a pressure rating of 150 psi and tapered thread joints. Dimensions shall conform to ANSI B16.3. Threading shall conform to ANSI B2.1. Material shall conform to ASTM A47, Grade 32510. All fittings shall be banded and hot -dip galvanized inside and out. Unions shall be malleable iron with a minimum pressure rating of 150 psi. Material shall conform to ASTM A47, Grade 32510. Unions shall be ground joint, bronze to iron mating surface type. 9-30.2(6) Restrained Joints Revise this subsection to read: Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system for mechanical joint fittings shall be: "Series 1100 MEGALUG V as manufactured by EBAA Iron Sales, Inc., of Eastland, Texas, "Field -Lok" ® 350 gaskets, or "Fast -Grip" ® gaskets. SP -76 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS All thrust restraint system devices shall be UL listed and FM approved, shall be new and undamaged, and shall conform to the provisions of NSF/ANSI 61 in addition to the requirements of the Safe Drinking Water Act. Locking gaskets shall be specifically stated as compatible with the pipe, without qualification relative to the warranty by the respective manufacturer. Tee -bolts shall be made of high-strength, low -carbon steel, ASTM A307, with heavy hex -head nuts. Bolts and nuts shall be corrosion resistant with a protective coating consisting of an electroplated zinc base coat, and a fluorocarbon polymer surface coat. 9-30.2(12) Transition, Reducing and Flexible Couplings Add the following new subsection: (NEW SUBSECTION) 9-30.2(12) Transition, Reducing and Flexible Couplings Transition couplings, reducing couplings, transition -reducing couplings, and flexible couplings for water mains shall be compression type with ductile iron components conforming to AWWA C219. Center rings/sleeves shall be ductile iron conforming to ASTM A536, grade 65-45-12 or malleable iron conforming to ASTM A47, grade 32510 or 35018. End rings/followers shall be ductile iron conforming to ASTM A536, grade 65-45-12 or malleable iron conforming to ASTM A47, grade 32510 or 35018. Synthetic rubber gaskets for mechanical joints shall be made of EPDM, and otherwise be in accordance with AWWA C111. Bolts, nuts and washers shall be in accordance with AWWA C111, at a minimum. Tee -bolts shall be made of high-strength, low -carbon steel, ASTM A307, with heavy hex -head nuts. Bolts and nuts shall be corrosion resistant with a protective coating consisting of an electroplated zinc base coat, and a fluorocarbon polymer surface coat. Each mechanical joint shall be furnished with a restrained joint accessory kit, EBAA 1100 Megalug° mechanical joint restraint, or LWSD approved equal. Reducing and flexible/straight couplings shall not be used for plain -end ductile iron/ductile iron pipe connections, or ductile iron/PVC pipe connections; only mechanical joint sleeve fittings shall be used in these cases. 9-30.3 Valves Revise this section and subsections including titles to read: Valves shall be standard pattern of a manufacturer whose products are approved by the Engineer and shall have the name or mark of the manufacturer, year valve casting was made, size, and working pressure plainly cast in raised letters on the valve body. The valve bodies shall be cast iron, ductile iron, or other approved material mounted with approved non- corrosive metals. All wearing surfaces shall be bronze or other approved non -corrosive material, and there shall be no moving bearing or contact surfaces of iron in contact with iron. Contact surfaces shall be machined and finished in the best workmanlike manner and all wearing surfaces shall be easily renewable. 9-30.3(1) Valve Boxes Valve boxes shall be installed on all buried valves. The box shall be of cast iron, two-piece, slip -type, standard design with a minimum five (5) inch inside diameter, and base section corresponding to the size and depth of the valve. In areas subject to traffic, valve boxes shall be Bingham and Taylor with 25 -pound drop-in lid and 3.5 -inch minimum depth skirt (Bingham and Taylor 5905-1-4), or LWSD reviewed equal, and shall be coal -tar painted by the manufacturer using its standard coating, and the cover shall be ductile- or cast-iron, with the word "WATER" cast into it. S. Dash Point Road Water Main Improvements SP -77 SPECIAL PROVISIONS 9-30.3(2) Valve Marker Posts Valve marker posts shall be Carsonite Utility Marker with anchor barb, or LWSD-approved equal, and be standard water utility "blue" in color. 9-30.3(4) Tapping Sleeve and Valve Assembly Tapping valves shall be furnished with flanged inlet end connections. The outlet ends shall conform in dimensions to the AWWA Standards for flange, hub, or mechanical joint connections, except that the outside of the hub shall have a large flange for attaching a drilling machine. The seat opening of the valve must permit a diameter cut no less than one half (1/2) inch smaller than the valve size. Valves specifically designed for tapping and meeting the requirements of AWWA C500, and valves meeting the requirements of AWWA C509 shall be permitted. Tapping valves shall be permitted. Tapping valves shall be of the same type as other valves on the project. Size -on -size tapping sleeves shall be cast iron, ductile iron, or stainless steel, except cast iron or ductile iron size -on -size tapping sleeves shall only be used on ductile iron or cast iron water mains. Reducing tapping sleeves shall be cast iron, ductile iron, stainless steel, or epoxy -coated steel. Tapping sleeves and valves shall have a minimum pressure rating of 250-psig, and flanged connections shall be configured for a 350 -psi pressure rating using a standard AWWA flange. 9-30.3(5) End Connections The dimensions of hub or bell end connections shall conform to the dimensions of AWWA C100. The dimensions of mechanical joint connections shall conform to the dimensions of ANSI A21.11. The dimensions and drilling of flange connections shall conform to the dimensions of ANSI B16.1 for cast iron/ductile iron flanges and flanged fittings, Class 125, unless otherwise shown on the Plans. The bolt holes shall straddle the vertical centerline. All flanged faces shall be machined. Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system for valves with mechanical joints shall conform to Section 9-30.2(6) "Restrained Joints." Tapered threaded ends shall conform to National Pipe Thread dimensions. 9-30.3(6) Resilient -Seated Gate Valves (4 Inches to 16 Inches Gate valves four (4) inches to sixteen (16) inches in size shall conform to the requirements of AWWA C509 for resilient -seated gate valves for water supply service, and be rated for 250 -psi working pressure. Flanged ends shall be configured for a 350 -psi pressure rating using a standard AWWA flange. The resilient valve seats may be applied to the body or gate and shall seat against a corrosion -resistant surface on the interior of the valve body. If guiding is necessary to obtain shutoff, the design shall be such that corrosion in the guide area does not affect sealing. These valves shall have O-ring backing plates. Gate valves four (4) inches to twelve (12) inches in size shall open counterclockwise and shall have non -rising stems. Buried gate valves shall be equipped with standard two-inch (2") wrench nuts Valve operating stems shall be either bronze or 316 Stainless Steel. The valve wedge shall be fully encapsulated with EPDM rubber. Coatings as set forth in Section 4.2.4.11 of AWWA C509 and C515 shall be fusion bonded epoxy coating inside and outside in accordance with AWWA C500. All body bolting shall be Grade 304 stainless steel, with dielectric coating. Bolts heads shall be either hexagonal or socket style. SP -78 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS Valve end connections shall be as set forth above for "Fittings and Appurtenances," including rated working pressures. Each mechanical joint shall be furnished with a restrained joint accessory kit, EBAA 1100 Megalug° mechanical joint restraint, or LWSD approved equal. 9-30.5 Hydrants Revise this section and subsections including titles to read: Fire hydrants shall be the center -stem, compression -type conforming to the requirements of AWWA C502. To minimize requirements for spare parts and maintenance tools and expertise, fire hydrants shall be: "Medallion Model" as manufactured by Clow Corporation of Oskaloosa, Iowa. "M & H Model 129" as manufactured by Dresser Industries, Inc., of Bradford, Pennsylvania. "Centurion Model" as manufactured by Mueller Company of Decatur, Illinois. Fire hydrant operating stems shall have square threads. 9-30.5 (1) End Connections The end connection for fire hydrants shall be mechanical joint conforming to AWWA C110. 9-30.5(2) Hydrant Dimensions The minimum nominal diameter of the main hydrant valve opening shall be five (5) inches. The inside diameter of the hydrant end connection shall be six (6) inches. The minimum inside diameter of the hydrant barrel/standpipe shall be seven (7) inches. The minimum nominal bury length from the bottom of the connecting pipe to the ground line of the hydrant, as shown in the Standard Plans, shall be thirty-six (36) inches. The maximum nominal bury length shall be eighty- four (84) inches unless a different bury length required for a particular hydrant installation is shown on the Plans. The size of the hydrant auxiliary gate valve shall be six (6) inches. An outlet for drainage shall be provided in the base or barrel, or between the base and barrel of the hydrant. Field painting of the fire hydrant shall be as specified in Section 7-14.3(1) "Setting Hydrants." 9-30.5(3) Hydrant Extensions (Vertical) Vertical fire hydrant extensions shall have an inside diameter matching that of the hydrant within which it is installed. The material shall be gray cast iron or ductile iron and shall conform to the AWWA Standards for such castings. The drillings of the connecting flanges on the extensions shall match the drillings of the flanges on the hydrant, if applicable. Hydrant extensions shall also include the necessary hydrant operating stem extensions. 9-30.5(4) Hydrant Lateral Restraints The thrust restraint system for fire hydrant laterals with mechanical joints shall conform to Section 9-30.2(6) "Restrained Joints." S. Dash Point Road Water Main Improvements SP -79 SPECIAL PROVISIONS 9-30.5(5) Traffic Safety Flanges Hydrants shall be provided with a traffic safety flange and be equipped with breaking devices at the traffic flange which will allow the hydrant barrel to separate at this point with a minimum breakage of hydrant parts from impact. There shall also be provided at this point a safety stem coupling on the main hydrant valve stem that will shear at the time of impact. 9-30.5(6) Guard Posts Guard posts for fire hydrants shall be provided only where shown on the Plans and spaced as shown in the Standard Plans. Guard posts shall be reinforced concrete, six (6) feet in length by nine (9) inches in diameter. Reinforcing shall consist of a minimum of four (4) No. 3 reinforcing steel bars. Painting of the exposed portion of the post shall be as specified in Section 7-14.3(2)C "Fire Hydrant Guard Posts." 9-30.5(7) Hydrant Nozzles Each fire hydrant shall be provided with one (1) four -inch (4") diameter steamer nozzle and two (2) two -and -one -half-inch (2.5") diameter hose nozzles. Fire hydrants in the City of Auburn shall be provided with one (1) four -and -one -half-inch (4.5") diameter pumper port and two (2) two -and -one -half-inch (2.5") diameter hose ports. All nozzles shall be equipped with brass nipples screwed into the hydrant barrel and locked into place. The hose nozzles shall have National Standard Hose Threads. The hose nozzles shall be fitted with cast iron threaded caps with an operating nut of the same design and proportions as the main hydrant valve stem nut. The caps shall be threaded to fit the corresponding nozzles and shall be fitted with suitable Neoprene gaskets for positive water tightness under test pressures. There shall be no chain or cable connecting the hose nozzle caps to the hydrant body. The steamer nozzle shall have a Pacific Coast Standard Thread on which shall be installed a four -inch (4") rigid female x four -inch (4") Storz smooth -faced adapter with a four -inch (4") Storz blind cap and rubber sealing gasket. The steamer nozzle for fire hydrants in the City of Auburn shall have National Standard Thread with a five- inch (5") Storz adaptor and cap. The Storz adapter and cap shall be made of anodized aluminum, heat-treated to T-6 condition strength. The Storz adapter and cap shall withstand a working pressure of 300 psi and a momentary burst pressure of 600 psi. A stainless steel set screw shall be used to permanently attach the Storz adapter to the steamer nozzle to prevent unauthorized removal. The Storz cap shall be tethered to the hydrant barrel with an eighteen -inch (18") length of one -eighth -inch (1/8") aircraft cable, the ends of which shall be connected to its respective part with NICO sleeves. The Storz adapter shall not be painted. 9-30.5(8) Operating Nuts The operating nut on the main hydrant valve stem and hose nozzle caps shall be as follows: Pattern of nut -Tapered pentagonal Height —1-1/16 inch Size of pentagon - (measured from point to flat) 1.35 -inch at bottom of nut 1.23 -inch at top of nut The direction of opening shall be clearly marked on the operating nut or hydrant and shall be counterclockwise. SP -80 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS 9-30.6 Water Service Connections (2 -inches and Smaller) Revise this section and subsections, including titles, to read: 9-30.6(1) Saddles Service saddles shall meet the requirements of the Standard Plans. The bodies of service saddles shall be ductile iron. Straps, nuts, and washers shall be galvanized steel. Wide bands with bolts, washers, and nuts shall be stainless steel. Service saddles shall be: "Style 101 NS" as manufactured by Romac Industries, Inc., of Seattle, Washington. For one -inch (1") taps on ductile iron pipe water mains twelve (12) inches and smaller, single strap saddles shall be used. The threads on the service tap on the saddle body shall be CC (AWWA taper) for one -inch (1") size and Female Iron Pipe thread for service taps larger than one -inch (1") size. 9-30.6(2) Corporation Stops Corporation stops shall meet the requirements of the Standard Plans and these Specifications. Corporation stops shall be: "Model 1 -inch H-15008, 1 -1/2 -inch H-9969, or 2 -inch H-9969" as manufactured by Mueller Company of Decatur, Illinois. "Type 1 -inch F1000G 'GripJoint,' 1 -1/2 -inch F13500, or 2 -inch F13500" as manufactured by the Ford Meter Box Company, Inc., of Wabash, Indiana. Corporation stops shall be made of bronze alloy. For one -inch (1") service taps, the inlet connection shall be CC (AWWA taper) male thread. For service taps larger than one -inch (1"), the inlet connection shall be Male Iron Pipe thread. For one -inch (1") service taps, the outlet connection shall be compression -gasket type compatible with the connection piping, with no special adapters required. Stainless steel pipeline insert stiffener devices shall be installed for compression -end fittings on polyethylene pipe. For service taps larger than one -inch (1"), the outlet connection shall be Male Iron Pipe thread for the attachment of a special adapter. 9-30.6(3) Service Pipes 9-30.6(3)A Polyethylene Tubing Polyethylene tubing shall meet the requirements of AWWA C901 for potable water service, and conform to the following specifications: 1. Polyethylene Cell Classification: PE 4710 2. Polyethylene Material: Type 111, Category 5, Grade 34, Class C per ASTM D1248 3. Nominal Size : As shown in the Plans, or in the Standard Plan corresponding to the bid Proposal item. 4. Thickness: SDR 9 S. Dash Point Road Water Main Improvements SP -81 SPECIAL PROVISIONS 5. Diameter: Copper Tube Size (CTS) 6. Pressure Class: 250 psi The finished product shall satisfactorily flare, without cracking, to standard brass water works flare fittings when using cold flaring methods and thereafter perform to the requirements herein specified. The polyethylene tubing shall be marked in accordance with ASTM D2737 for CTS tubing sizes. It shall also carry the seal of the National Sanitation Foundation (NSF). A copy of the pertinent quality control test information shall be submitted in accordance with Section 5.5 of AWWA C901 for the polyethylene tubing furnished and installed in the completed Work. All coils of polyethylene tubing shall be protected in shipment. Each coil shall be labeled clearly to show the size, coil length, and pressure rating of the tubing. The tubing shall be stored outside of direct sunlight. 9-30.6(4) Service Fittings Couplings and adapters shall only be used where shown in the Standard Plans, on the Plans, or otherwise directed by the Engineer, and shall conform to the provisions of NSF/ANSI 61 in addition to the requirements of the Safe Drinking Water Act. Compression service couplings and adapters shall be: "Model H-15428 or H-15451 [with Liners #504281(3/4 -inch), #504385 (1 -inch), #506139 (1 -1/2 -inch), or #506141 (2 -inch)]" as manufactured by Mueller Company of Decatur, Illinois. "Model C84 -34G, C84 -44G, C84 -66G, C84 -77G, C14 -66G, or C14 -77G 'GripJoint' [with Insert Stiffeners #51 (3/4 -inch), #52 (1 -inch), #54 (1 -1/2 -inch), or #55 (2 -inch)]" as manufactured by the Ford Meter Box Company, Inc., of Wabash, Indiana. "Model 4753T or 4754T with Insert Stiffeners #6133T(3/4 -inch to 2 -inch size)" as manufactured by A. Y. McDonald Mfg. Company of Dubuque, Iowa. Couplings and adapters for water service connections shall be made of bronze or brass alloy. The connections for the couplings and adapters shall be Iron Pipe threads or outside compression -gasket type, as shown in the Standard Plan or otherwise necessary for the specific application. Pipeline insert stiffener devices shall be installed for compression -end fittings on polyethylene pipe. 9-30.6(5) Meter Setters Meter setters shall meet the requirements of the Standard Plans and applicable parts of AWWA C800, and shall conform to the provisions of NSF/ANSI 61 in addition to the requirements of the Safe Drinking Water Act. Meter setters shall be: "Model VH72-12WC, VH74-12WC, VH76-12-11-66 (with O-ring groove machined in face of flanges), or VH77-12-11-77 (with O-ring groove machined in face of flanges)" as manufactured by the Ford Meter Box Company, Inc., of Wabash, Indiana. "Model H -1404 -2x12 -inch with two (2) H-14222 ends for 5/8 x %-inch and 1 -inch meters, and B -2422-2-12x13" for 1 -1/2 -inch meter (grooved for O-ring gaskets on both flanges), and B -2422 -2 -12x17 -inch for 2 -inch meter (grooved for O-ring gaskets on both flanges)" as manufactured by Mueller Company of Decatur, Illinois. SP -82 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS For a one -inch (1") or less service connection, the meter setter shall have double purpose couplings on both inlet and outlet connections (female iron pipe union, swivels, or flared copper), an angle meter valve with drilled padlock wings, an outlet angle single or double check valve, and measuring twelve (12) inches high. For service connections larger than one -inch (1") size, the meter setter shall have Female Iron Pipe threads on the horizontal inlet and outlet, an angle inverted key valve with drilled padlock wings on the inlet, grooved for O-ring meter gaskets, no bypass, an angle single or double check valve on the outlet, and measuring twelve (12) inches high. 9-30.6(6) Bronze Nipples and Fittings Brass nipples and fittings shall be installed where shown in the Standard Plans and shall meet the requirements of ANSI B-16.15, ASA 125 pound class. 9-30.6(7) Meter Boxes Meter boxes for a particular installation shall meet the requirements of the applicable Standard Plans. Meter boxes shall be: ""Model A600485 11x18 -12 -inch (for a 5/8 x 3/4 -inch water meter), "Model A6001946PCx12 13x24 -12 -inch (for a 1 -inch water meter), as manufactured by Armorcast, or LWSD reviewed equal. Meter box covers shall be traffic load rated with hinged meter reader door, compatible with Mueller AMR, as manufactured by Armorcast, or LWSD reviewed equal. 9-30.6(8) Insulating Service Couplings Insulating couplings preventing a continuous electrical path shall be required at any point of connection of two (2) dissimilar metallic pipes (e.g., copper to galvanized iron or steel). The fitting used shall be manufactured for the purpose for which it is intended. The couplings shall be the outside compression -gasket type. Pipeline insert stiffener devices shall be installed for compression -end fittings on polyethylene pipe. All materials shall conform to the provisions of NSF/ANSI 61 in addition to the requirements of the Safe Drinking Water Act. 9-30.6(9) "U" Branch Connections "U" branch connections shall meet the requirements of the applicable Standard Plans, and conform to the provisions of NSF/ANSI 61 in addition to the requirements of the Safe Drinking Water Act. "U" branch connections shall be: "Model H-15363" as manufactured by Mueller Company of Decatur, Illinois. "Model U48 -43-14G" as manufactured by Ford Meter Box Company, Inc, of Wabash, Indiana. "U" branch connections shall be made of bronze alloy. The outlets shall be 3/4" M.I.P. thread straight line. The inlet shall be conductive compression for 1" CTS O.D. copper or polyethylene service pipe. Maintain a branch spacing minimum of 13-1/2 inches between the outlets. 9-30.7 Flow Detection/Backflow Prevention Devices Not used. 9-30.8 Miscellaneous Water Distribution Materials Add the following new Section: S. Dash Point Road Water Main Improvements SP -83 SPECIAL PROVISIONS (NEW SECTION) 9-30.8 Miscellaneous Water Distribution Materials 9-30.8(1) Modified Temporary Blowoff Assembly Materials shall be as specified in SP 9-30 and as shown on the detail in the Plan. SP -84 S. Dash Point Road Water Main Improvements SPECIAL PROVISIONS APPENDICES The following sub -appendices are included within the LWSD Special Provisions for Water Main Improvements, and are attached and made a part of this contract: Appendix A: Suggested Construction Sequence Appendix B: Asbestos Handling • Lakehaven Water and Sewer District (LWSD or District): — Waste Shipment Record - Asbestos Cement Pipe (2 — pages) • Washington State Department of Labor and Industries: — Asbestos Project Notice of Intent (2 pages) — Instructions for Asbestos Project Notification (8 pages) • Puget Sound Clean Air Agency (PSCAA): — Asbestos / Demolition Notification for Contractors and Property Owners (3 —pages) — PSCAA Regulation IIIArticle 4: Asbestos Control Standards (w/ LWSD Revisions)b Appendix C: Lakehaven Water and Sewer District Standard Plans 03 — Hydrant Assembly 04 — Hydrant Location in Cut or Fill 07.01— Water Service Connection 5/8" x3/4" x 1" 07.02 — Water Service Connection 5/8" x3/4" x 1" Notes 10 —Temporary Blowoff Assembly 11.01— Valve Box Appurtenances and Protective Pad Appendix D: Washington State Department of Transportation Standard Plans B-5.20-02 Catch Basin Type 1 B-30.20-04 Rectangular Solid Metal Cover B-90.40-01 Concrete Thrust Block B-90.50-00 Concrete Thrust Block for Convex Vertical Bends Appendix E: Reference Information • LWSD Construction Record Drawing W-0868 • Pothole Photos (3 - pages) S. Dash Point Road Water Main Improvements SP -85 H IS < & . Amm ~ aE INTENTIONALLY LAKEHAVEN WATER AND SEWER DISTRICT APPENDIX SUGGESTED CONSTRUCTION SEQUENCE S. DASH POINT ROAD SIDEWALK AND WATER MAIN IMPROVEMENTS /_1NNA101191EI_1 Suggested Construction Sequence For Water System Improvements NOTE: Operation of valves connected to Lakehaven Water and Sewer District's active water system shall only be performed by Lakehaven Water and Sewer District staff, with no exceptions. Abbreviations: Lakehaven Water & Sewer District (LWSD) City of Federal Way (CoFW) Asbestos -cement (AC) Ductile Iron (DI) Definitions: Cut and Cap — Process including but not limited to water main segment isolation by LWSD, excavating and exposing the existing water main (sufficient for the cut and cap with temporary or permanent blowoff assembly, and confirming pipe material, dimensions, depth, alignment, and joint proximity for connection), cutting the pipe if and as necessary, draining one or more main segments, confirming isolation of the water main segment, cutting or completing the cut and draining of the pipe, preparing for and pumping excess water from excavation, removing water main, installing temporary or permanent blowoff assembly, backfilling the trench with permanent or interim (temporary) backfill, placing temporary anchored steel plates and/or surfacing for incomplete or temporary trench/surface restoration, removing such temporary features in conjunction with completion of the connection between the new water main and appurtenances with the existing water system, and all work associated with completing these items of work. See "Notes" below. Standard Water Main Installation — Process for extending or installing water main improvements where the length of the pipe run, and/or working conditions preclude the use of the "Swab -and -Go" process as determined by LWSD in accordance with LWSD Standards, and Washington State Department of Health rules and regulations. The Standard Water System Installation process includes but is not limited to installing the new water main with a temporary or permanent blowoff assembly at each terminus, or as indicated on the Plans, and/or as may be directed by LWSD, and flushing, filling and disinfecting, pressure testing, draining after a minimum of 24 -hours and maximum of 96 -hours of disinfection, flushing, filling, testing for chlorine residual*, and sampling two consecutive days for standard 48-hour bacteriological tests*. Following satisfactory completion of all testing, the process also includes but is not limited to isolating and draining the connecting main segment(s) of the existing water system*, draining the tested segment of new main, removing temporary features (blowoff assemblies, backfill, steel plates, surfacing), completing the connection(s) to the existing water system, flushing*, and activating the isolated existing and new water main segments*. See "Notes" below, and refer to Sections 7-09.3(23) and (24) of the Special Provisions for more specific details. (* Conducted by LWSD in coordination with, and with support provided by, the Contractor). Swab -and -Go — Refer to the "Notes" below, and Section 7-09.3(19)A of the Special Provisions for more specific details. Page 1 of 6 /_1NNA101191EI_1 Construction Sequence Plans: A suggested construction staging sequence and details corresponding to the following narrative is shown on Plan Sheet W6. Specific attention is directed to the following information: • Plan Sheet W2 o Modified Permanent Blowoff assembly detail. • Plan Sheet W3 o Modified temporary blowoff assembly detail for in traffic -area / pavement locations. • LWSD Standard Plans o Fire Hydrant Assembly — Standard Plans 03 and 04. o Water Service Connection 5/8"x3/4" & 1" —Standard Plan 7.01. o Temporary blowoff assembly - Standard Plan 10. o Valve Box Appurtenances & Protective Pad —Standard Plan 11.01 Notes: 1. Where fire hydrant service will be disrupted due to project -related water system work in non -single family (SFR) areas, LWSD and the Contractor shall be jointly responsible to coordinate with South King Fire and Rescue (SKFR) a minimum of three (3) business days in advance of any such disruption to ensure that sufficient firefighting capability is available pending reactivation of the hydrant(s). Water service to Sacajawea Middle School (the School) shall be maintained at all times Monday through Friday. Disruption of water service to the school shall only occur on a Saturday. Any such proposed disruption shall be contingent on coordination with LWSD and the School a minimum of one-week (seven calendar days) in advance, and approval by LWSD. If the disruption will interfere with a scheduled event at the School, the Contractor shall propose a different Saturday, and shall adjust the schedule of the work accordingly. In no event shall water service to the School (including fire hydrants and domestic water supply) be disrupted for more than one, 8 -hour period for either the temporary cut and cap, or reconnection, of the lateral mains. For allowable working hours, refer to Section 1-08.0(2) of the Special Provisions. 3. All drained or discharged water from existing or new water mains shall be stored and treated in a steel roll -off tank (Baker tank or approved equal). Such stored and treated drained and/or discharge water shall not be drained to any sewer system without the written approval of, and shall be subject to such conditions as may be imposed by, the CoFW and/or LWSD. As part of Cuts and Caps, the Contractor shall confirm pipe material, outside diameter, connection depth, alignment, and proximity to the nearest pipe joint of the existing water main(s) to which new main or appurtenances are proposed to be connected. At the direction of the LWSD inspector, the location of the cut and cap may be adjusted forward or back to ensure sufficient separation of the new connection from the nearest pipe joint on the portion of the existing water main to remain in service. 5. Where new water system improvements conflict with existing traffic signal equipment, the water system and traffic signal improvements shall be sequenced to avoid a conflict between the existing traffic signal equipment and the proposed water system improvements, or a disruption of traffic signal operations, except as may be authorized subject to the Contractors advance submittal of a proposed Temporary Traffic Control Plan as reviewed by and subject to the approval by the CoFW in accordance with Section 1-10.2(2) of the Specifications. Page 2 of 6 APPENDIX A 6. Where existing utility poles are adjacent to trench -related work, the Contractor shall coordinate with PSE for power pole support, and shall ensure that the structural integrity and functional capabilities are preserved and protected during the work. 7. It is anticipated that a minimum of two (2) crews may be needed to complete one of more portions of the work within the time frames outlined in the suggested construction sequence. Advance sawcutting and pre -excavation with anchored temporary steel plates, and performing selected stages concurrently when and where viable, such as installing new main while removing existing mains, are potential options for reducing the amount of time to perform the work. 8. Place temporary backfill, install anchored temporary steel plates, and/or temporary surfacing for any trench sections remaining open or incompletely restored to finish grade prior to the end of the work day (typical). Place cautionary warning signs for temporary surfacing, especially steel plates as required by the MUTCD, and/or reviewed Temporary Traffic Control Plan. 9. The suggested construction sequence as outlined below does not include all details of the work. The Contractor shall be responsible to develop and propose a construction sequence for LWSD review and acceptance in advance of the work, and for all of the details for performing and completing the work in accordance with the contract provisions. Stage 1 — Cut and Cap AC Water Mains and Install Temporary Blowoff Assemblies at Two (2) Locations Along S. Dash Point Road (Sacajawea Middle School Frontage). 1.1 Prepare and deliver water service disruption notification forms to the School (Sacajawea Middle School) and the Federal Way Public School District for an 8 -hour water service shutdown (Refer to Note "2" above). Parcel Number Parcel Address 052104-9024 1101 S Dash Pt Rd 1.2 Close (valve operation by LWSD staff only) the following gate valves to isolate the 6 in. AC water main loop around the School, and the lateral water main connection in 11th Place S. between S. Dash Point Road and S. 299th Place: a. One (1) valve located on the southern branch of the existing tee at the S. 299th Place - 11th Place S. intersection. b. One (1) valve located on the north leg of the existing tee at the S. 300th Street — 13th Avenue S. intersection. 1.3 Cut and cap the existing 6 in. AC water main at the locations shown on the Plans (approximate STA. 10+60 RT, and STA. 15+75 RT), or as directed by LWSD, remove conflicting segments of existing water main, and install temporary blowoff assembly at each terminus of the existing water main pipe to remain. 1.4 Incoordination with LWSD, return the remaining portions of the existing lateral 6 -in. AC water mains serving, and water service for, the School to full service by opening the valve in Stage "1.2.b" above, and flushing the existing 6 in. AC water mains through the hydrants and temporary blowoff assemblies. The valve in Stage "1.2.a" above shall remain closed. 1.5 Place temporary backfill around the blowoff assemblies, install anchored temporary steel plate(s), and/or temporary surfacing to match the existing ground. Page 3of6 /_1NNA101191EI_1 Stage 2 — Cut and Cap DI Water Main and Install Modified Temporary Blowoff Assembly at S. Dash Point Rd. — 11th Place S. Intersection 2.1 Coordinate use of uniformed police officer for work within the S. Dash Point Rd. — 11th Place S. signalized intersection. 2.2 Valve in Stage "1.2.1" above remains closed. Stage 2 must be completed within 96 -hours of draining the lateral 8 in. DI water main (111h Place S. between S. 299th Place and S. Dash Point Road) in Stage 1. 2.3 Cut and cap the existing 8 -in. DI water main within intersection at the location shown on the Plans, or as directed by LWSD, remove conflicting segment of existing DI water main, and install modified temporary blowoff assembly at the terminus of the existing water main pipe to remain. 2.4 In coordination with LWSD, return the remaining portion of the existing 8 -in. DI water main to full service by opening the valve in "1.2.1" above, and flushing the existing 8 in. DI water main through the modified temporary blowoff assembly. 2.5 Place temporary backfill around the blowoff assembly, install anchored temporary steel plate(s), and/or temporary surfacing, including temporary pavement, to match existing roadway surface. Stage 3 — Remove Existing Water Main and Appurtenances Stage "3" work consists of the removal of water main and appurtenances as shown on the Plans, or as may be directed by LWSD, and which have not been removed in previous stages, or will need to be removed in subsequent stages. Existing pipe to be removed that is within the undisturbed lens of soil behind and necessary for the satisfactory functioning of each of the temporary and modified temporary blowoff assemblies shall not be removed until final connections. Place temporary backfill, install anchored temporary steel plates, and/or temporary surfacing for any trench sections remaining open or incompletely restored to finish grade prior to the end of the work day (typical). Stage 4 — Install 8 -in. DI Water Main, Hydrant Assemblies, Modified Permanent Blowoff Assembly, and Service Connection Stub 4.1 Coordinate use of uniformed police officer for work within or adjacent the S. Dash Point Rd. — 11th Place S. signalized intersection, and as necessary as determined by the CoFW. 4.2 Under the Standard Water Main Installation process, install new 8 in. DI water main along S. Dash Point Road as shown on the Plans, including valves, fire hydrant assemblies, modified permanent blowoff assembly, service connection stub, and temporary and modified temporary blowoff assemblies at each of the lateral tee branches. 4.3 Place temporary backfill, install anchored temporary steel plates, and/or temporary surfacing for any trench sections remaining open or incompletely restored to finish grade prior to the end of the work day (typical). 4.4 In coordination with LWSD, fill, disinfect, pressure test, and sample for purity tests the new 8 in. DI water main, and flush through the newly installed fire hydrants, modified permanent blowoff, and temporary and modified temporary blowoffs. 4.5 Following satisfactory completion of all testing, close (valve operation by LWSD staff only) new 8 in. gate valves on the southerly branch of the tees at approximate Stations 10+61 RT and 15+74 RT, and the northerly branch of the tee at approximate Station 15+26 RT. Place temporary backfill around the temporary and modified temporary blowoff assemblies, install anchored Page 4 of 6 APPENDIX A temporary steel plate(s), and/or temporary surfacing, including temporary pavement, to match existing roadway surface. Stage 5 — Connect 8 in. DI Water Main to 6 in. AC Water Main Lateral NOTE: This stage as written presumes that both Stage3 in the area of the new and replacement water main, and Stage 4 have been completed, and that Stage 6 will follow. This Stage, or Stage 6, must be completed within 96 -hours of Stage 4, and within a single, 8 -hour (maximum) work shift on a Saturday. 5.1 Prepare and deliver water service disruption notification forms to the School (Sacajawea Middle School) and the Federal Way Public School District for an 8 -hour water service shutdown. Refer to Note "2" above. In the event that this Stage cannot be completed within 96 -hours of Stage 4, either the disinfection and purity testing process in Stage 5 will need to be repeated, or Stage 6 may be an option as proposed by the Contractor and subject to the advance approval of LWSD. Parcel Number Parcel Address 052104-9024 1101 S Dash Pt Rd 5.2 Close (valve operation by LWSD staff only) the following gate valve to isolate the remaining section of 6 in. AC water main around three sides of the School: a. One (1) valve located on the north leg of the existing tee at the S. 300th Street — 13th Avenue S. intersection. 5.3 Drain the 6 -in. AC water main laterals and new main in S. Dash Point Road. Remove the temporary blowoff assemblies installed in Stage 1.3," and the southerly branches of the tees installed in Stage 4.2, together with temporary backfill, steel plates, and/or surfacing, and any remaining 6 in. AC water main (between the new main installed in Stage 4.2 and the proposed points of connection to the existing 6 -in. AC water main laterals) to remain east of the cut). Complete the draining process as necessary. 5.4 Install 8 in. and 6 in. water main, including fittings, and complete connections from the southerly branches of the tees at approximate Stations 10+61 RT and 15+74 RT to the existing 6 in. AC water main laterals. This portion of the water main will be installed under the "swab and go" process subject to the direction of and review by LWSD. 5.5 In coordination with LWSD, flush the new and existing water mains through the hydrants, modified permanent blowoff, and modified temporary blowoff. Restore the new and existing water mains, and the water service connection for the School to full service. 5.6 Complete trench backfill, and either complete surface restoration, or install anchored temporary steel plate(s), and/or temporary surfacing. Stage 6 — Connection to 8 in. DI Water Main at 11' Place S. NOTE: See "Note" for Stage 5. This stage as written presumes that Stage 5 has been completed. 6.1 Coordinate use of uniformed police officer for work within the S. Dash Point Rd. — 11th Place S. signalized intersection. 6.2 Close (valve operation by LWSD staff only) the following gate valves to isolate the 6 in. AC water main loop around the School, and the lateral water main connection in 11th Place S. between S. Dash Point Road and S. 299th Place: Page 5of6 /_1NNA101191EI_1 a. One (1) valve located on the southern branch of the existing tee at the S. 299th Place - 11th Place S. intersection. b. Two (2) valves each at the tees at approximate Stations 10+61 RT and 15+74 RT. a. 1 valve located on the west branch of the 16x8 in. tapping tee at the 1st Avenue S. — SW 305th Street intersection. (Installed in Stage "2.2" and connected in Stage "8A.") 6.3 After releasing the pressure to static on the modified temporary blowoff assemblies installed in Stages 2.3 and 4.2, close the valves on the southwesterly and northeasterly runs of the tee at approximate Station 15+26, remove the assemblies, together with temporary backfill, steel plates, and/or surfacing, and complete draining of the isolated segments of existing and new 8 in. DI water main. 6.4 Install 8 in. DI water main, including fittings and connection to the existing 8 in. DI water main in 11th Place S. This portion of the water main will be installed under the "swab and go" process subject to the direction of and review by LWSD. In coordination with LWSD, flush new and existing water mains through both the new hydrants, modified temporary blowoff, and additional hydrants as necessary to ensure safe potable water, and no entrained or pockets of air. Restore new and existing water mains to full service. 6.5 Complete trench backfill, and either complete surface restoration, or install anchored temporary steel plate(s), and/or temporary surfacing. Stage 10 — Complete Hydrant Assemblies and Water Service Connection Portions or all of Stage 10 work may be performed concurrently with work in Stages 5 and 6. Page 6 of 6 LAKEHAVEN WATER AND SEWER DISTRICT APPENDIX B ASBESTOS HANDLING S. DASH POINT ROAD SIDEWALK AND WATER MAIN IMPROVEMENTS LAKEHAVEN WATER AND SEWER DISTRICT APPENDIX B ASBESTOS HANDLING LAKEHAVEN WATER and SEWER DISTRICT ASBESTOS CEMENT PIPE - WASTE SHIPMENT RECORD (TO BE COMPLETED BY: — CONTRACTOR, — TRANSPORTER, and — WASTE DISPOSAL SITE S. DASH POINT ROAD SIDEWALK AND WATER MAIN IMPROVEMENTS CLEAR FORM LAKEHAVEN WATER and SEWER DISTRICT ASBESTOS CEMENT PIPE — WASTE SHIPMENT RECORD Page 1 of 2 Ref. 40 CFR Part 61, Subpart M, Section 61.150 (05/29/14), and PSCAA Form 66-145 (09/10/07) Rev. 01/29/18 1. WORK SITE S. Dash Pt. Rd. (SacaJavvea M. S.) MAILING See "OWNER" LOCATION Federal Way, WA. 98003 ADDRESS OWNER: MAILING P.O. BOX 4249 PHONE NO.: Lakehaven Water and Sewer District ADDRESS: Federal Way, WA. 98063-4249 253/ 941-1516 2. AC PIPE REMOVAL BY: MAILING PHONE NO.: ADDRESS: NAME: REG. NO.: 3. WASTE DISPOSAL SITE (WDS): MAILING PHONE NO.: ADDRESS: LOCATION: 4. NESHAP JURISDICTIONAL AGENCY: MAILING 1904 3rd AVE.. Suite 105 PHONE NO.: Puget Sound Clean Air Agency 9 9 cY ADDRESS. Seattle. WA. 98101-3317 206 / 689-4058 0O Q 5. MATERIAL: DIA. 6. CONTAINERS: 7. TOTAL QUANTITY: H FRIABLE ASBESTOS MATERIAL per PSCAA. (IN.) NO. TYPE (LF for pipe, or CY) z O ASBESTOS CEMENT PIPE - BAG - LF U ASBESTOS CEMENT PIPE - BAG - LF ASBESTOS CEMENT PIPE BAG - LF 8. SPECIAL HANDLING INSTRUCTIONS REFER TO CONTRACT DOCUMENTS, INCLUDING SP 2-02 9. CONTRACTOR'S CERTIFICATION: I hereby declare that the contents of this consignment are: fully and accurately described above by proper shipping name; are classified, packed, marked, and labeled in accordance with applicable rules and regulations; and are in all respects in proper condition for transport by highway according to applicable international and government regulations. (ref. NESHAP) PRINTED / TYPED NAME and TITLE SIGNATURE MO. DAY YR. 10. TRANSPORTER 1 - ACKNOWLEDGMENT OF RECEIPT OF MATERIALS: NAME: MAILING PHONE NO.: ADDRESS: REG. NO.: ui 0 PRINTED / TYPED NAME and TITLE SIGNATURE MO. DAY YR. d Ln Z 11. TRANSPORTER 2 - ACKNOWLEDGMENT OF RECEIPT OF MATERIALS: NAME: MAILING PHONE NO.: ADDRESS: REG. NO.: PRINTED / TYPED NAME and TITLE SIGNATURE MO. DAY YR. Ref. 40 CFR Part 61, Subpart M, Section 61.150 (05/29/14), and PSCAA Form 66-145 (09/10/07) Rev. 01/29/18 LAKEHAVEN WATER and SEWER DISTRICT ASBESTOS CEMENT PIPE — WASTE SHIPMENT RECORD Page 2 of 2 W 12. OBSERVED DISCREPANCIES: (If none, state "None.' H U0 J Q U0 13. WASTE DISPOSAL SITE (WDS) OWNER OR OPERATOR: (ACKNOWLEDGMENT OF RECEIPT OF MATERIALS) O I, as Owner / Operator (circle the one or ones that apply) of the WDS, hereby certify receipt of the asbestos materials covered by this Waste Shipment Record (manifest), except as noted in Item 12 above. UJ H Q PRINTED / TYPED NAME and TITLE SIGNATURE MO. DAY YR. INSTRUCTIONS WASTE GENERATOR SECTION (Items 1-9) 1. Enter the name of the facility at which asbestos waste is generated and the address where the facility is located. In the appropriate spaces, also enter the name of the Owner of the facility and the Owner's phone number. 2. Enter the name and address of the Owner, authorized agent or Contractor responsible for performing the asbestos removal. In the appropriate spaces, also enter the phone number of the authorized agent or Contractor. 3. Enter the name, address, and physical site location of the Waste Disposal Site (WDS) that will be receiving the asbestos materials. In the appropriate spaces, also enter the phone number of the WDS. 4. Provide the name and address of the local, State, or EPA Regional office responsible for administering the asbestos NESHAP program. 5. Indicate the types of asbestos waste materials generated. 6. Enter the number of containers used to transport the asbestos materials listed in Item 5. Also enter one of the following container codes used in transporting each type of asbestos material (specify any other type of container used If not listed below): DM - Metal drums, barrels DP - Plastic drums, barrels BA - 6 mil plastic bags or wrapping 7. Enter the quantities of each type of asbestos material removed in units of linear feet for asbestos cement pipe. 8. Use this space to indicate special transportation, treatment, storage or disposal or Bill of Lading information. If an alternate waste disposal site is designated, note it here. Emergency response telephone numbers or similar information may be included here. 9. The Owner, authorized agent of the Waste Generator, or Contractor performing the removal and preparing the waste materials for transport to the WDS must read and then sign and date this certification. The date is the date of receipt by the transporter. NOTE: The WASTE GENERATOR must retain a copy of this form. TRANSPORTER SECTION (Items 10 and 11) 10. & 11. Enter name, address, and telephone number of each transporter used, if applicable. Print or type the full name and title of person accepting responsibility and acknowledging receipt of materials as listed on this Waste Shipment Record for transport. Enter date of receipt and signature. If transporter is the same as the Owner, authorized agent, or Contractor, so indicate. NOTE: The TRANSPORTER must retain a copy of this form. WASTE DISPOSAL SITE SECTION (Items 12 and 13) 12. The authorized representative of the WDS must note in this space any discrepancy between the waste described on this Waste Shipment Record (manifest) and waste actually received, as well as any improperly enclosed or contained waste. Any rejected materials should be listed, and the destination of those materials provided. A site that converts asbestos -containing waste material to non -asbestos material is considered a WDS. 13. The signature (by hand) of the authorized WDS agent indicates acceptance and agreement with statements on this manifest except as noted in Item 12. The date is the date of signature and receipt of shipment. NOTE: The WDS must retain a completed copy of this form, AND must send a completed copy to the named Owner and Contractor in Items 1 and 2, respectively. Ref. 40 CFR Part 61, Subpart M, Section 61.150 (05/29/14), and PSCAA Form 66-145 (09/10/07) Rev. 01/29/18 LAKEHAVEN WATER AND SEWER DISTRICT APPENDIX B WASHINGTON STATE DEPARTMENT OF LABOR and INDUSTRIES - ASBESTOS PROJECT NOTICE OF INTENT (To Be Completed and Submitted by Contractor) - INSTRUCTIONS FOR ASBESTOS PROJECT NOTIFICATION S. DASH POINT ROAD SIDEWALK AND WATER MAIN IMPROVEMENTS Mail completed form to: Department of Labor and Industries PO Box 44614' Olympia WA 98504-4614 Asbestos Project Notice of Intent This notice must be received no later than 10 calendar days prior to the start date. Complete all applicable boxes — incomplete or illegible notices will not be accepted. Attach separate page(s) with additional information if needed. Submitting this form online electronically will provide you with a confirmation email, Notice number, and ability to print the Notice to post at your job site. Get more information at www.Lni.wa.gov/Asbestos. Notice Date Start Date Completion Date Initial Amended — circle all changes On Hold — Reason: Off Hold — Resume Date: Emergency Waiver — ❑ Yes ❑ No Who did you speak with at L&I? New Completion Date: site worK hours: rroject aates ana worK nours must De exact. Date: Contractor Information: Company Name Contractor Certification Number UBI Additional Shifts Email Address From To Supervisor Certification Number From To Additional Job Site Certified Asbestos Supervisor Sunday NSA a.m./p.m. a.m./p.m. NSA a.m./p.m. a.m./p.m. Monday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m. Tuesday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m. Wednesday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m. Thursday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m. Friday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m. Saturday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m. Contractor Information: Company Name Contractor Certification Number UBI Phone Number Email Address Additional Phone Number Job Site Certified Asbestos Supervisor Supervisor Certification Number Supervisor Phone Number Additional Job Site Certified Asbestos Supervisor Supervisor Certification Number Supervisor Phone Number Printed Name of Person Submitting Form Signature F413-025-000 Asbestos Abatement Project Notice of Intent 12-2016 Proaerty Owner: Name Company LAKEHAVEN WATER and SEWER DISTRICT N/A Owner's Agent Phone Number JOHN BOWMAN, GENERAL MANAGER 253 / 946-5401 Address ❑ Boiler insulation 31623 1 st AVENUE. S. ❑ Vinyl Asbestos Tile (VAT) City State Zip Code FEDERAL WAY WA. 98003 Email Address(es) jbowman@lakehaven.org Job Site: Address 1101 S. DASH POINT ROAD Building Name Room N/A City County State Zip Code FEDERAL WAY KING WA. 98003 racinty: Facility Type ❑ Residential ❑ Commercial ❑ Educational ❑ Industrial ® Other:PUBLIC WATER & SEWER DISTRICT Year of Construction Prior Use Size 1967 POTABLE WATER DISTRIBUTION 6 -IN. DIA. Job Type ❑ Remodel ❑ Repair REMOVAL ❑ Demolition ❑ Maintenance Asbestos Project Details: Select one: 0 Removed ❑ Encapsulated Select one: ❑ Indoors 0 Outdoors Quantity: square feet ❑ Wrap and cut ❑ Glove bag ❑ Fireproofing ❑ Popcorn ceiling/texture ❑ Cement Asbestos Board CAB ❑ Mastic ❑ Wall texture ❑ Sheet vinyl ❑ Boiler insulation ❑ Duct paper ❑ Vinyl Asbestos Tile (VAT) ❑ Roofing ❑ Asbestos paper ❑ Other: Quantity: 740 linear feet ❑ Mag/mudded pipe insulation I ❑ Air cell pipe insulation I ❑ Ducting/duct insulation 0 Cement asbestos pipe I ❑ Duct tape I ❑ Other: Control Measures: ❑ Negative pressure enclosure ❑ Wrap and cut ❑ Glove bag 0 Wet methods ❑ Mini -enclosure ❑ HEPA vacuum ❑ Critical barriers ❑ Manual methods ❑ Other: ❑ Other: Kespiratory vrotecvon: ❑ '/2 Mask — Air Purifying Respirator #ED] ype C continuous flow — Supplied Air ❑ Full Mask — Air Purifying Respirator e C pressure demand — Supplied Air ❑ Powered Air Purifying Respirator ther: F413-025-000 Asbestos Abatement Project Notice of Intent 11-2016 Washington State Department of ,h Labor & Industries August. 2007 Instructions for Asbestos Project Notification The following information is for asbestos contractors and building owners submitting asbestos project notices to the Department of Labor and Industries, Division of Occupational Safety and Health. Notification of the department is required by state law, RCW 49.17.120(2). Specific requirements for notices are found in WAC 296-65-020. Asbestos projects include any construction, renovation, or demolition in a building or other facility with the potential to release asbestos fiber. The department also maintains a directive for industrial hygiene compliance staff with instructions for them on reviewing asbestos project notices, WISHA Regional Directive (WRD) 23.25, Asbestos Project Notification. Preferred Notice Methods The department has provided an online form for submitting notices at: http://wuvw_ Iiii;titvLi-Qov/Screw/T(ji)ics/AtoZ/Asbestos/P?-olectFori7I. Using the online form provides direct email notification of department regional staff and gives an immediate response from the department system acknowledging the notice. This method of notification is preferred by the department. The notice form is also available in PDF format through the web site (L&I form F413- 025-000). This form can be faxed or mailed to the department. The number for faxing notices is 360-902-4409. The mailing address is: Department of Labor and Industries Asbestos Certification Program PO Box 44614 Olympia WA 98504-4614 Exemptions to Notification There are two exemptions to notification of department prior to starting an asbestos project: Small Size: Generally, no notice is required if the entire construction, renovation, maintenance, or demolition project involves disturbing less than 48 square feet of asbestos containing materials (the size of the material must also be less than 10 linear feet for piping or duct insulation). Emergencies: If asbestos fiber is being released or release is imminent due to unforeseen circumstances, work to stabilize the site, protect people, and prevent further release of asbestos may commence immediately. The department must be notified within 3 working days of the start of the project. The emergency exemption only applies to work necessary to abate the immediate hazard, and the department must be notified of the project prior to any other related work. See the information below for more details on what is considered an emergency and additional requirements for posting and communication at emergency work sites. The section below on timely notification has information on waivers to the 10 -day waiting period, which may be appropriate for continuing work following an emergency project. Project Definition An asbestos project is any work which will disturb asbestos -containing materials and has the potential for release of asbestos fiber. Notices should be specific to work that meets this definition. Mobilization and site preparation work that is unlikely to disturb asbestos -containing materials should not be included in the work dates of the notice. Once all expected abatement work is completed on a project, the notice should be closed out (if new material is found, a 10 -day waiver may be appropriate to resume work under a new notice). The purpose of the notice is to allow the department to monitor asbestos abatement activity and determine when and where projects are occurring. For complex activities at large sites it may be necessary to submit multiple project notices to describe the full scope of project phases or activities. The following are some considerations in determining whether a single or multiple notices will be appropriate. • Is the work covered by separate contracts? Generally, the department expects each separate contract to have a separate notice. • Is the work in separate buildings? Typically, a separate notice should be given for each building or address where work will occur; particularly if there will be a separate mobilization for each address. • Is there a central job office? Where there is a single mobilization and a central jobsite office and entry point, a single notice may be appropriate, as long as department representatives can go to a single point to initiate an inspection at any time during the project. • If the work crew and competent person will be restationed to a new building or other distinct location during the project, then separate notices should be provided to give specific location information. In large buildings, movement from one wing, floor, or functional space to another may require separate notifications if there is no single entry point that can be specified. • Note: dividing a project into smaller projects to avoid notification is specifically prohibited. If any of the criteria above would suggest dividing the project into small projects, notification will still be required. i If there are questions as to how many notices are necessary or on combining work into a single notice, the regional industrial hygiene compliance staff can answer questions and make decisions on notification requirements. Timely Notification To be considered timely, the asbestos project notice must be received no later than 10 calendar days prior to the start date of the project. 10 days gives the department time to process and review the notices. If circumstances prevent providing notice 10 -days before starting asbestos project work, then a waiver to the 10 -day prenotification requirement may be requested. The waiver must be requested from the regional industrial hygiene compliance staff. You may contact them through the nearest Department of Labor and Industries field location. Complete written notification information will be required and the regional staff may require additional written documentation of the circumstances requiring quick start of the project. When submitting the notice, indicate which staff member approved the 10 -day waiver (if the notice was submitted prior to approval, please amend the notice with this information). No work may commence without a 10 -day notice or acknowledgment of the project by DOSH industrial hygiene compliance personnel, unless the project meets the definition of an emergency asbestos project. Examples of circumstances where a waiver of the 10 -day notice requirement is appropriate include: • People have been displaced from their home until asbestos hazards are abated. • The project must proceed quickly to protect equipment, ensure continuous vital utilities, or minimize property damage. • Asbestos -containing materials were encountered that were not identified during the asbestos survey and asbestos hazards must be abated to resume on-going work. • Long-term contract situations with a limited class of work activities. Information must be provided on an annual basis, with notice for each specific work activity given prior to commencing. Asbestos work is complicated and requires significant assessment and preparation; therefore projects that must proceed without time for a 10 day notice are rare. However, the DOSH compliance staff is directed to generally accommodate requests for waivers of the 10 -day notice period. The quick nature of the project and short planning period are considered to make the project exceptional and a priority for inspection by the DOSH compliance program as part of the DOSH asbestos inspection emphasis program. Circumstances leading to the waiver request may also be reviewed during inspection of the project by DOSH compliance staff. Form Information Start and Completion Dates: Exact starting and completion dates of the asbestos project, including shifts during which abatement work will be accomplished. If other work is involved in the contract, limit the notice to time when set-up and abatement work handling asbestos -containing materials will be done that meets the definition of an asbestos project. Further, the dates given must not conflict with the dates specified for asbestos removal in the any work contracts. Changes in the start or completion dates or work shifts must be communicated to the department by an amended notice. The dates for the notice must be for actual asbestos project work. Work such as intact flooring removal, on-call time during demolition, or contract time when work will not be conducted should not be given as a project time on the notice. • When the starting date or time changes, the amended notice must be filed no later than 5:00 p.m. on the business day prior to the starting date in the original notice and prior to the new starting date. • When the completion date or time changes, the amended notice must be filed within eight hours from when the change is determined and before completion of the project. Initial or Amended Notice: Initial notice is only the first notice for a project. Any updates should be marked as amended. When amending a notice by fax, circle the changed items. When using the online system, use the comment box to briefly describe the amendment. On -Hold Status: On -Hold status is for projects that have been started, but where work has stopped for some reason and is expected to resume. For example, this may be for time between phases of a project, when there has been a scheduling problem between trades, or when there is a contract dispute. Projects can not be placed on hold prior to starting. If there are specific reasons that the start date can not be set, contact the appropriate regional office and request a 10 - day notice waiver. When setting a project on hold, please provide notes on the reason for the hold and the expected date for resuming work. If all anticipated work has been completed, the project has ended and the notice should be closed out rather than being put on hold. If new materials are found at the site, work with the regional IH compliance staff to obtain a 10 -day notice waiver to resume. Work Hours: Give start and stop times for each work each day (including all shifts) and check the days of the week that work will occur. If the work shifts run overnight, check the day the shift begins. (For example if you work Friday from 6 pm to 4 am mark Friday and not Saturday, unless another shift begins on Saturday.) Emergency: If the project is an emergency situation (reasonably unforeseeable projects involving significant ongoing hazards) notice must be provided to the Department within 3 working days of starting work. Note: Projects considered emergencies by other regulatory agencies might not be considered an emergency under Labor and Industries regulations. There are additional posting and communication requirements for emergency projects, see WAC 296-65-020(5). See the information below on emergencies for more information. When a 10 -day notice waiver is requested, the project is not an emergency and should not be marked as such. Property Owner: This box must contain the name of the property owner. If anyone will be representing the owner during the work the owner's agent and company must be provided. An owner's agent may be a property manager, attorney, architect, bank, holding company, etc. The general contractor on a project should not be listed as the owner's agent for this notice unless they own the facility or manage the property beyond the construction contract. Provide an address and phone number for contacting the owner or agent. Contractor: Contracted asbestos abatement projects must be conducted by a Certified Asbestos Contractor. For work that is done by a building or facility owner, designate In - House -Work in this field. Job Site and Facility: You must include a complete and accurate job site address. This information must include the street location, city, Zip code and county. If the site is a large structure or complex of many buildings using the same street address, you must further identify where, within that complex, your project will be performed including the specific building and room. When there are multiple work locations on a large site or contiguous sites are conducted with a single job site office, the address for the site point of entry should be given on the form. Additionally, describe the facility type (office, school, apartment, house, etc.), age (years), and size (square feet). Quantity of asbestos to be removed: Determine the total quantity of material to be removed, in both square feet and linear feet. Check the box for each type of material to be removed. Include all materials to be handled during the project. If there are materials such as asbestos flooring or roofing that will not be part of the asbestos abatement project, note in the comment section that these are being removed by intact removal methods. Alternate Work Methods: For work utilizing control methods not specifically described in the DOSH asbestos standard, you must have the methods certified following the direction found in WAC 296-62-07712(8) (Class I work or other materials disturbed during removal) or WAC 296-62-07712(10)(f) (Class II work where the material are removed generally intact). A description of the method must be provided to the department. For Class I alternate methods the certification must be submitted with your notice. Certification of the work methods is done by your consultants or personnel and is not subject to approval by the department, but this information will be used in evaluating the project for inspection scheduling and assessment of the work practices if there is an inspection or questions regarding the work. If you are using the online form for your notification, you can fax or mail the work plan and certification to the asbestos certification desk using the contact information above. Put your online notification form identification number on the cover sheet, to help us determine which project you are referencing. You may also contact the department industrial hygiene compliance staff to make arrangements for mailing, emailing, or hand delivering the documents. Additional Information: The online form has a comment box that can be used for additional information you need to submit. If you are faxing or mailing the notice, the information can be given on an additional page or cover letter. Information that needs to be provided in the comment section includes: • briefly describe changes that have been made to your work plans when making amendments (circle changes on faxed or mailed notices) • when projects are placed on hold, describe the reason and when work is expected to resume a who at L&I authorized a 10 -day notice waiver • any other information that may be helpful for L&I staff reviewing your asbestos project notice. Large-scale, On-going Projects Building owners who have extensive asbestos work involved in operation and maintenance of their facilities may request a waiver from notification requirements. This waiver applies to ongoing maintenance and operations programs where asbestos is encountered on a regular basis and there are standard procedures for handling of the materials. The program materials and work description must be supplied to the regional industrial hygiene supervisor for approval of the program. The program must be reviewed each January or whenever there are significant changes to the program, personnel, or work site. Approved programs may conduct work without notice to the department for individual projects. Emergency Projects Conditions may arise unexpectedly that must be addressed immediately to prevent a greater hazard or significant operational impact. Asbestos work inherently involves significant hazard (asbestos is a human carcinogen with no known threshold limit). Projects conducted without careful planning can increase this hazard. However, other hazards or the potential for increased asbestos hazards may sometimes justify immediate action. Examples of emergency projects: Water damage is causing a spray -applied asbestos containing insulation material to fall apart. A small removal project will allow access to repair the water piping, this project could reduce the need for immediate removal or cleanup of additional asbestos materials. After addressing the plumbing the remainder of the material to be cleaned up may be addressed in the normal manner, with appropriate advance notification to the departmentl. A critical component in an industrial plant is damaged in an accident. If immediate removal of nearby asbestos containing materials is necessary to access the damage and effect repairs this may prevent an unscheduled plant shut down. This could save considerable expense and avoid hazards from the sudden shutdown of the plant. Emergency projects as defined under the Washington State Asbestos Act are not necessarily the same as those defined by local air quality authorities. Typically these organizations define emergency more broadly, and require pre -approved permits for all projects, including emergencies. Situations that fall under the emergency project definition of these other organizations, but are not considered emergencies by L&I, include materials found during construction that were not part of the original survey or projects necessary to protect equipment that do not represent a significant health or safety hazard. In such cases, L&I expects the advance notification requirements of the standard to be met. See the section on timely notifications. Onsite Notification for Emergency Projects. When an emergency project is conducted the following notification requirements must be met: Employees and other people in the vicinity of the project must be notified of the project as soon as possible. This may be prior to the project if there is any delay in startup. Anyone entering the vicinity of the project, for example at a shift change, should be notified immediately. Employee representatives must also be notified (this would include collective bargaining representatives, safety committees or other representatives designated by the employees). A notice must be clearly posted at the work site describing the nature of the project (see the attachment at the end of this document). L&I must be notified within three days after commencing work including all information normally required for prenotification. Not all unforeseen work is an emergency. Asbestos projects must be reasonably unforeseeable to be considered emergencies under the standard. Projects necessitated by poor maintenance, by waiting until parts fail to conduct regular replacement, or other circumstances leading to equipment or system failures that could be reasonably controlled, scheduled, or avoided by the facility owner are not emergency projects. Building and facility owners must make a good faith inspection of their facilities prior to any construction, renovation, remodeling, maintenance, repair, or demolition project that has a reasonable possibility of disturbing or releasing airborne asbestos. This requirement appears both in WAC 296-62-07721(1)(c)(ii) related to general industry activities and in WAC 296-62-07721(2)(b)(ii) related to construction activities. This responsibility includes anticipating maintenance needs and providing for appropriate handling of asbestos materials that may interfere with non -routine activities that can be reasonably expected to occur. Many options are available to building owners for handling these situations, including the following: • Remove asbestos -containing materials to provide clear work areas for subsequent maintenance work; ■ Arrange for alternate equipment, systems or operating procedures to allow time for arranging asbestos removal when necessary; ■ Develop procedures for handling removal on a case-by-case basis and provide notification to the department under the ongoing maintenance provisions, ■ Conduct limited removal of asbestos -containing materials so that the area is cleared for the maintenance work, but the size of the asbestos project falls below the notification threshold and other asbestos materials are left in a stable condition; Develop maintenance procedures that will not impact asbestos -containing materials in place. Need more information? Please call the Asbestos Certification Program at 360-902-5435 or e-mail to GASC235@LNI.WA.GOV Attachment—Sample Emergency Project Posting Form EMERGENCY ASBESTOS PROJECT This form, or equivalent, must be prominently posted in the vicinity of an emergency asbestos project. The Department of Labor and Industries, Division of Occupational Safety and Health, must be notified of the project within three days of commencement. Project Description: (include type and quantity of asbestos material effected and the work procedures in usecontainment, glovebagging, encapsulation, encasement, etc.) Nature of the Emergency: (include description of hazards and reason for the unforeseen nature of the project) Certified Asbestos Supervisor(s): (Competent Person) Facility Owner or Representative: Phone: People Affected by Project: (employees or others in the vicinity of the project; these people must be informed of the project as soon as possible) Employee Representatives: (Collective bargaining unit, safety committee or other designated representative for the employees affected by the project.) LAKEHAVEN WATER AND SEWER DISTRICT APPENDIX B PUGET SOUND CLEAN AIR AUTHORITY - ASBESTOS PROJECT NOTIFICATION (To Be Completed and Submitted by Contractor) - ARTICLE 4: ASBESTOS CONTROL STANDARDS (Corrected for Lakehaven Water and Sewer District projects) S. DASH POINT ROAD SIDEWALK AND WATER MAIN IMPROVEMENTS Notification for Contractors and Property Owncrs Page I of 3 pscIeanair.org Puget Sound Clean Air Agency Asbestos / Demolition Notification for Contractors and Property Owners Individual project notifications are required for structures having a separate street address and/or identifier (e.g. Bldg. Q. If you have any questions, please contact Rick Hess, Manager -Inspection at 206.689.4029 or rickh@pscleanair.org. Fee Information: (Fees Last Revised 71112011) Please enter the following Owner's Name ILAKEHAVEN WATER and SEWER DISTRICT Phone ( 253 ) 946-5401 Project Street Address 11101 S. DASH PT. RD. (SACA]AWEA M. S. FRONTAGE) City FEDERAL WAY Zip 198003 Contact Person KEN MILLER Phone ( 253 ) 946-5405 If the property owner's mailing address is different from the project street address, enter the mailing address: Mailing Address IP.O. BOX 4249 Mailing City IFEDERAL WAY State Washington v Zip 98053-4249 ❑ This is a single-family residence project. The structure is used by one family who owns the property as their domicile. This is not a condominium, rental or multiple unit residence. This property is not owned by a business, government entity or organization. See legal definition under Puget Sound Clean Air Agency, Regulation III, Article 4. hgj�s: i/secure.pscleanair.or 'asbestos, otiticatinn.asl)x 09i2G+19 After payment, Asbestos Demolition Project Categories when can I start Fee Fee my project? single -Family Residence Project 0 Asbestos rerno aL onl oda $25 DerTIOlition (with or without Demolition - In 10 Days asbestos removal Asbestos Removal Toda $0 $5S ____J Project other than Single -Family Residence with < 10 linear feet and/or 48 square feet of friable asbestos [Demolition - In iQ Days $Q $65 0 >= 10 - 259 linear feet and/or Asbestos Removal - Today $65 0 >= 48 - 159 square feet of asbestos IDemolition - In 10 Days $b5 squareef etand/OF 160 - 4, 99linear of asbestos In 10 Days $2I0 s65 = 1,000 linear feet and/or In 10 Days $640 E>- 5,000 square feet of asbestos If your project is an Emergency, an additional Fee may apply. mergency Demolition or ��Eerq_ency oday applicable fees + $40 mAsbestos Removal * It-Single-familyresidences are exempt from the emergency fee. Please enter the following Owner's Name ILAKEHAVEN WATER and SEWER DISTRICT Phone ( 253 ) 946-5401 Project Street Address 11101 S. DASH PT. RD. (SACA]AWEA M. S. FRONTAGE) City FEDERAL WAY Zip 198003 Contact Person KEN MILLER Phone ( 253 ) 946-5405 If the property owner's mailing address is different from the project street address, enter the mailing address: Mailing Address IP.O. BOX 4249 Mailing City IFEDERAL WAY State Washington v Zip 98053-4249 ❑ This is a single-family residence project. The structure is used by one family who owns the property as their domicile. This is not a condominium, rental or multiple unit residence. This property is not owned by a business, government entity or organization. See legal definition under Puget Sound Clean Air Agency, Regulation III, Article 4. hgj�s: i/secure.pscleanair.or 'asbestos, otiticatinn.asl)x 09i2G+19 Notification for Contractors and Property Owners 0 Asbestos will be removed as part of this project. If asbestos will be removed, complete the following section: Quantity of friable asbestos to be removed: 800 linear feet square feet Project Start Date 12/15/2019 Completion Date '8/28/2020�� This asbestos removal will be completed by: 0 the property owner *the following licensed asbestos abatement contractor Contractor TBD Contractor Job # Contact Phone ( )� Mailing Address Mailing City State Fashington Zip A demolition will occur as part of this project. If a demolition will occur, complete the following section: Demolition Start Date i Completion Date This demolition will be completed by: 0 the property owner 0the fire department *the following demolition contractor Demo Contractor TBD Contractor Job # Contact Phone ( ) Mailing Address Mailing City State Washington Zip ❑ This is an emergency project. If this project is an emergency, select the reason that best describes your situation: 0There was a sudden, unexpected event that resulted in a public health or safety hazard. 0The project must proceed immediately to protect equipment, ensure continuous vital utilities, or minimize property damage. 0Asbestos-containing materials were encountered that were not identified during the asbestos survey. *The project must proceed to avoid imposing an unreasonable burden. Page 2 of 3 https://secure.pseleanair.org/asbestos/Notification.aspx 09/26/19 Notification for Contractors and Property 0,.N.ners © 6y submitting this notification, Page 3 of 3 (1) I certify that the information I have provided is to the best of my knowledge true and accurate. (2) I understand that I must file an Amendment to this Notification if: • The type of project has changed. The project types are asbestos and demolition. ■ The quantity of friable asbestos to be removed meets a larger project category. • The project's start or completion date has changed. (3) I understand one Notification must be filed for each structure. The only exception is for a single-family residence that includes multiple ancillary structures, such as a detached garage or other outbuildings having the same street address. If there is no street address. I have used a building number. (4) I understand the fees for this Notification are nonrefundable. Submit Notification If you have questions, contact us by e-mail(ma iIto: asbestos C@oscleanair.ora] or phone at 206.589.4058. llttps:llsecure.pseleauaij,.orglasbestos/Notification.aspx 09/26/19 ARTICLE 4: ASBESTOS CONTROL STANDARDS SECTION 4.01 ASBESTOS DEFINITIONS adopted 06/08/95 (818) Revised 02/12/98 (863), 07/13/00 (918), 09/26/02 (978), 02/27/03 (987), 03/26/09 (1148) (a) AHERA BUILDING INSPECTOR means a person who has successfully completed the training requirements for a building inspector established by EPA Asbestos Model Accreditation Plan; Interim Final Rule (40 CFR Part 763, Appendix C) and whose certification is current. (b) ASBESTOS means the asbestiform varieties of actinolite, amosite (cummingtonite-grunerite), tremolite, chrysotile (serpentinite), crocidolite (riebeckite), or anthophyllite. (c) ASBESTOS -CONTAINING MATERIAL means any material containing more than one percent (1%) asbestos as determined using the method specified in EPA regulations Appendix E, Subpart E, 40 CFR Part 763, Section 1, Polarized Light Microscopy. (d) ASBESTOS -CONTAINING WASTE MATERIAL means any waste that contains or is contaminated with friable asbestos -containing material. Asbestos - containing waste material includes asbestos waste from control equipment, materials used to enclose the work area during an asbestos project, asbestos - containing material collected for disposal, asbestos -contaminated waste, debris, containers, bags, protective clothing, or HEPA filters. Asbestos -containing waste material does not include samples of asbestos -containing material taken for testing or enforcement purposes. (e) ASBESTOS PROJECT means any activity involving the abatement, renovation, demolition, removal, salvage, clean up, or disposal of friable, asbestos -containing material. It includes the removal and disposal of stored, friable, asbestos -containing material or asbestos -containing waste material. It does not include the application of duct tape, rewettable glass cloth, canvas, cement, paint, or other non -asbestos materials to seal or fill exposed areas where asbestos fibers may be released. (f) ASBESTOS SURVEY means a written report describing an inspection using the procedures contained in EPA regulations (40 CFR 763.86), or an alternate method that has received prior written approval from the Control Officer, to determine whether materials or structures to be worked on, renovated, removed, or demolished (including materials on the outside of structures) contain asbestos. (g) ASPHALT SHINGLES means asphalt roofing in shingle form, composed of glass felt or felts impregnated and coated on both sides with asphalt, and surfaced on the weather side with mineral granules. Some asphalt shingle styles are commonly referred to as three -tab shingles. (h) COMPONENT means any equipment, pipe, structural member, or other item covered or coated with, or manufactured from, asbestos -containing material. 07/11 4-1 Regulation III (i) DEMOLITION means wrecking, razing, leveling, dismantling, or burning of a structure, making the structure permanently uninhabitable or unusable. (j) FRIABLE, ASBESTOS -CONTAINING MATERIAL means asbestos - containing material that, when dry, can be crumbled, pulverized, or reduced to powder by hand pressure or by the forces expected to act upon the material in the course of demolition, renovation, or disposal. Such materials include, but are not limited to, thermal system insulation, surfacing material, and cement asbestos products. (k) LEAK -TIGHT CONTAINER means a dust -tight and liquid -tight container, at least 6 -mil thick, that encloses asbestos -containing waste material and prevents solids or liquids from escaping or spilling out. Such containers may include sealed plastic bags, metal or fiber drums, and sealed polyethylene plastic. (1) NONFRIABLE, ASBESTOS -CONTAINING MATERIAL means asbestos - containing material that, when dry, cannot be crumbled, pulverized, or reduced to powder by hand pressure or by the forces expected to act on the material in the course of demolition, renovation, or disposal. (m) RENOVATION means altering a facility or a component in any way, except demolition. (n) SINGLE-FAMILY RESIDENCE means any non -multiple unit building containing space for uses such as living, sleeping, preparation of food, and eating that is used by one family who owns the property as their domicile. This term includes houses, mobile homes, trailers, detached garages, houseboats, and houses with a "mother-in-law apartment" or "guest room". This term does not include rental property or multiple -family units, nor does this term include any mixed-use building, structure, or installation that contains a residential unit. (o) SURFACING MATERIAL means material that is sprayed -on, troweled -on, or otherwise applied to surfaces including, but not limited to, acoustical plaster on ceilings, paints, fireproofing materials on structural members, or other materials on surfaces for decorative purposes. (p) SUSPECT ASBESTOS -CONTAINING MATERIAL means material that has historically contained asbestos including, but not limited to, surfacing material, thermal system insulation, roofing material (excluding asphalt shingles), fire barriers, gaskets, flooring material, and cement siding. (q) THERMAL SYSTEM INSULATION means material applied to pipes, fittings, boilers, tanks, ducts, or other structural components to prevent heat loss or gain. SECTION 4.02 ASBESTOS SURVEY REQUIREMENTS Adopted 06/08/95 (818) (a) Requirements for Renovations It shall be unlawful for any person to cause or allow a renovation unless the property owner or the owner's agent determines whether there are suspect 07/11 4-2 Regulation III asbestos -containing materials in the work area and obtains an asbestos survey of any suspect asbestos -containing materials by an AHERA building inspector. An AHERA building inspector is not required for asbestos surveys associated with the renovation of an owner -occupied, single-family residence. (1) If there are no suspect materials in the work area, this determination shall either be posted at the work site or communicated in writing to all contractors involved in the renovation. (2) It is not required that an AHERA building inspector evaluate any material presumed to be asbestos -containing material. (3) Except for renovations of an owner -occupied, single-family residence, only an AHERA building inspector may determine that a suspect material does not contain asbestos. (4) A summary of the results of the asbestos survey shall either be posted by the property owner or the owner's agent at the work site or communicated in writing to all persons who may come into contact with the material. (b) Requirements for Demolitions It shall be unlawful for any person to cause or allow any demolition unless the property owner or the owner's agent obtains an asbestos survey by an AHERA building inspector of the structure to be demolished. (1) It is not required that an AHERA building inspector evaluate any material presumed to be asbestos -containing material. (2) Only an AHERA building inspector may determine that a suspect material does not contain asbestos. (3) A summary of the results of the asbestos survey shall either be posted by the property owner or the owner's agent at the work site or communicated in writing to all persons who may come into contact with the material. SECTION 4.03 ASBESTOS NOTIFICATION REQUIREMENTS Adopted 06/08/95 (818) Revised 09/12/96 (839), 07/13/00 (918), 05/23/02 (971), 05/22/03 (996), 12/16/04 (1037), 06/22/06 (1068), 03/22/07 (1090), 05/22/08 (1120), 03/26/09 (1148), 05/26/11 (1211) (a) General Requirements It shall be unlawful for any person to cause or allow any work on an asbestos project or demolition unless a complete notification, including the appropriate nonrefundable fee and any additional information requested by the Control Officer, has been submitted to the Agency in accordance with the waiting period and fee requirements in Section 4.03(d) of this regulation. Except for the annual notification requirements in Section 4.03(a)(7) of this regulation, the notification must be submitted on approved forms through the Agency website. (1) The duration of an asbestos project shall be commensurate with the amount of work involved. 07/11 4-3 Regulation III (2) Notification is not required for asbestos projects involving less than 10 linear feet of friable, asbestos -containing material on pipes and/or 48 square feet of friable, asbestos -containing material on other components (per structure, building, or vessel, per calendar year). (3) Notification is not required for removal and disposal of nonfriable, asbestos -containing material. (4) Notification is required for all demolitions involving structures with a projected roof area greater than 120 square feet, even if no asbestos - containing material is present. (5) All demolitions require a 10 -day waiting period unless waived under Section 4.03(c)(1) of this regulation. (6) A printout of the notification, all amendments to the notification, and the asbestos survey shall be available for inspection at all times at the asbestos project or demolition site. (7) Annual Notification A property owner may file one annual notification for asbestos projects to be conducted on one or more structures, vessels, or buildings during each calendar year if all of the following conditions are met: (A) The annual notification shall be filed with the Agency before commencing work on any asbestos project included in an annual notification; (B) The total amount of asbestos -containing material for all asbestos projects from each structure, vessel, or building in a calendar year under this section is less than 260 linear feet on pipes and/or less than 160 square feet on other components; and (C) The property owner submits quarterly written reports to the Control Officer on Agency -approved forms within 15 days after the end of each calendar quarter. (b) Amendments (1) An amendment shall be submitted to the Control Officer in a notification through the Agency website for the following changes and shall be accompanied by the appropriate nonrefundable fee as set forth in Section 4.03(d) of this regulation: (A) Changes between asbestos and demolition project types; (B) Increases in the job size category that increase the fee; (C) Changes in the start date; or (D) Changes in the completion date. (2) Amendments may not be used to add or change project site addresses listed on a previously submitted notification. 07/11 4-4 Regulation III (c) Emergencies (1) The waiting period may be waived if an asbestos project or demolition must be conducted immediately because of any of the following: (A) There was a sudden, unexpected event that resulted in a public health or safety hazard; (B) The project must proceed immediately to protect equipment, ensure continuous vital utilities, or minimize property damage; (C) Asbestos -containing materials were encountered that were not identified during the asbestos survey; or (D) The project must proceed to avoid imposing an unreasonable burden. (2) The waiting period and fees may be waived for disposal of abandoned, (without the knowledge or consent of the property owner) friable, asbestos - containing material by written approval of the Control Officer. (d) Waiting Period and Fees Project Waiting Asbestos Demolition Period Fee Fee Single -Family Residence: • Asbestos Project prior written $25 notification • Demolition (with or 10 days $0 $65 without asbestos project) Other than Single -Family Residence: • less than 10 linear ft and/or 10 days $0 $65 • less than 48 square ft for demolition prior written $65 • 10 - 259 linear ft and/or notification 48 - 159 square ft for asbestos 10 days $65 for demolition • 260 - 999 linear ft and/or 10 days $210 $65 160 - 4,999 square ft • 1,000+ linear ft and/or 10 days $640 $85 5,000+ square ft Emergency — 4.03(c)* prior written applicable fees + $40 notification Amendment — 4.03(b) prior written applicable fees + $20 notification Annual Notice of Intent — 4.03(a)(7) prior written $1,000 notification *Single-family residences are exempt from the emergency fee. 07/11 4-5 Regulation III SECTION 4.04 ASBESTOS REMOVAL REQUIREMENTS PRIOR TO RENOVATION OR DEMOLITION Adopted 06/08/95 (818), Revised 07/13/00 (918) (a) Removal of Friable Asbestos Prior to Renovation or Demolition Except as provided in Section 4.04(c) of this regulation, it shall be unlawful for any person to cause or allow any demolition or renovation that may disturb friable, asbestos -containing material or damage a structure so as to preclude access to friable, asbestos -containing material for future removal, without first removing all friable, asbestos -containing material in accordance with the requirements of this regulation. Friable, asbestos -containing material need not be removed from a component if the component can be removed, stored, or transported for reuse without disturbing or damaging the asbestos. (b) Demolition by Burning It shall be unlawful for any person to cause or allow the burning of any facility for fire training without removing all asbestos -containing material prior to burning. This includes both friable, and nonfriable, asbestos -containing material. (c) Exception For Hazardous Conditions Friable, asbestos -containing material need not be removed prior to a demolition or renovation, if the property owner demonstrates to the Control Officer that it is not accessible because of hazardous conditions such as: structures or buildings that are structurally unsound and in danger of imminent collapse, or other conditions that are immediately dangerous to life and health. The property owner must submit the written determination of the hazard by an authorized government official or a licensed structural engineer, and must submit the procedures that will be followed for controlling asbestos emissions during the demolition or renovation and disposal of the asbestos -containing waste material. SECTION 4.05 PROCEDURES FOR ASBESTOS PROJECTS Adopted 06/08/95(818) Revised 02/12/98 (863), 07/13/00 (918), 02/27/03 (987) (a) Training Requirements It shall be unlawful for any person to cause or allow any work on an asbestos project unless it is performed by persons trained and certified in accordance with the standards established by the Washington State Department of Labor & Industries, the federal Occupational Safety & Health Administration, or the United States Environmental Protection Agency (whichever agency has jurisdiction) and whose certification is current. This certification requirement does not apply to asbestos projects conducted as part of a renovation in a single-family residence performed by the owner of the dwelling. 07/11 4-6 Regulation III (b) Friable Asbestos Removal Work Practices It shall be unlawful for any person to cause or allow the removal of friable, asbestos -containing material unless all the following requirements are met: (1) The asbestos project shall be conducted in a controlled area, clearly marked by barriers and asbestos warning signs. Access to the controlled area shall be restricted to authorized personnel only. (2) If a negative pressure enclosure is employed it shall be equipped with transparent viewing ports, if feasible, and shall be maintained in good working order. (3) Absorbent, friable, asbestos -containing material, such as surfacing material and thermal system insulation, shall be saturated with a liquid wetting agent prior to removal. Any unsaturated, absorbent, friable, asbestos - containing material exposed during removal shall be immediately saturated with a liquid wetting agent. (4) Nonabsorbent, friable, asbestos -containing material, such as cement asbestos board, shall be continuously coated with a liquid wetting agent on any exposed surface prior to and during removal. Any dry surfaces of nonabsorbent, friable, asbestos -containing material exposed during removal shall be immediately coated with a liquid wetting agent. (5) Metal components (such as valves, fire doors, and reactor vessels) that have internal friable, asbestos -containing material are exempt from the requirements of Sections 4.05(b)(3) and 4.05(b)(4) if all access to the friable, asbestos -containing material is welded shut or the component has mechanical seals, which cannot be removed by hand, that separate the friable, asbestos -containing material from the environment. (6) Except for surfacing materials being removed inside a negative pressure enclosure, friable, asbestos -containing materials that are being removed, have been removed, or may have fallen off components during an asbestos project shall be carefully lowered to the ground or a lower floor, not dropped, thrown, slid, or otherwise damaged. (7) All asbestos -containing waste material shall be sealed in leak -tight containers as soon as possible after removal but no later than the end of each work shift. (8) All absorbent, asbestos -containing waste material shall be kept saturated with a liquid wetting agent until sealed in leak -tight containers while saturated with a liquid wetting agent. All nonabsorbent, asbestos - containing waste material shall be kept coated with a liquid wetting agent until sealed in leak -tight containers while coated with a liquid wetting agent. 05/07 4-7 Regulation III (9) The exterior of each leak -tight container shall be free of all asbestos residue and shall be permanently labeled with an asbestos warning sign as specified by the Washington State Department of Labor and Industries or the federal Occupational Safety and Health Administration. (10) Immediately after sealing, each leak -tight container shall be permanently marked with the date the material was collected for disposal, the name of the waste generator, and the address at which the waste was generated. This marking must be readable without opening the container. (11) Leak -tight containers shall not be dropped, thrown, slid, or otherwise damaged. (12) The asbestos -containing waste material shall be stored in a controlled area until transported to an approved waste disposal site. (c) Method of Removal for Nonfriable, Asbestos -Containing Material It shall be unlawful for any person to cause or allow the removal of nonfriable, asbestos -containing material unless all the following requirements are met: (1) Sanding, grinding, abrading, or sawing of nonfriable, asbestos -containing material shall be prohibited unless the material that is disturbed is handled as friable, asbestos -containing material in accordance with the requirements in Section 4.05(b) of this regulation; (2) Appropriate dust control methods as provided in Section 9.15 of Regulation I shall be used, as necessary, to control fugitive dust emissions from the removal of nonfriable, asbestos -containing material; (3) After being removed, the nonfriable, asbestos -containing material shall be promptly transferred to a disposal container; and (4) Each disposal container shall have a sign identifying the material as nonfriable asbestos waste. SECTION 4.07 DISPOSAL OF ASBESTOS -CONTAINING WASTE MATERIAL Adopted 06/08/95 (818) (a) Except as provided in Section 4.07(c) of this regulation, it shall be unlawful for any person to cause or allow the disposal of asbestos -containing waste material unless it is deposited within 10 days of removal at a waste disposal site authorized to accept such waste. (b) Waste Tracking Requirements It shall be unlawful for any person to cause or allow the disposal of asbestos - containing waste material unless the following requirements are met: (1) Maintain waste shipment records, beginning prior to transport, using a form that includes the following information: (A) The name, address, and telephone number of the waste generator; (B) The approximate quantity in cubic meters or cubic yards; 05/07 4-8 Regulation III (C) The name and telephone number of the disposal site operator; (D) The name and physical site location of the disposal site; (E) The date transported; (F) The name, address, and telephone number of the transporter; and (G) A certification that the contents of the consignment are fully and accurately described by proper shipping name and are classified, packed, marked, and labeled, and are in all respects in proper condition to transport by highway according to applicable international and government regulations. (2) Provide a copy of the waste shipment record to the disposal site at the same time the asbestos -containing waste material is delivered. (3) If a copy of the waste shipment record, signed by the owner or operator of the disposal site, is not received by the waste generator within 35 calendar days of the date the waste was accepted by the initial transporter, contact the transporter and/or the owner or operator of the disposal site to determine the status of the waste shipment. (4) If a copy of the waste shipment record, signed by the owner or operator of the disposal site, is not received by the waste generator within 45 days of the date the waste was accepted by the initial transporter, report in writing to the Control Officer. Include in the report, a copy of the waste shipment record and a cover letter signed by the waste generator explaining the efforts taken to locate the asbestos waste shipment and the results of those efforts. (5) Retain a copy of all waste shipment records, including a copy of the waste shipment record signed by the owner or operator of the designated waste disposal site, for at least 2 years. (c) Temporary Storage Site A person may establish a facility for the purpose of collecting and temporarily storing asbestos -containing waste material if the facility is approved by the Control Officer and all the following conditions are met: (1) Accumulated asbestos -containing waste material shall be kept in a controlled storage area posted with asbestos warning signs and accessible only to authorized persons; (2) All asbestos -containing waste material shall be stored in leak -tight containers and the leak -tight containers shall be maintained in good condition, and shall be segregated from all other waste material; (3) The storage area must bocked except during transfer of asbestos - containing waste material; (4) Storage, transportation, disposal, and the waste shipment record to the waste generator shall not exceed iii30-days; and (5) The site is approved by the Department of Ecology to receive and 05/07 temporarily store asbestos-contgl ing waste material. Regulation III (d) Disposal of Asbestos Cement Pipe site authorized to accept such waste. SECTION 4.09 COMPLIANCE WITH OTHER RULES Adopted 07/13/00 (918) waste disposal Other government agencies have adopted rules that may apply to asbestos projects regulated under these rules including, but not limited to, the U.S. Environmental Protection Agency, the Occupational Safety and Health Administration, and the Department of Labor and Industries. Nothing in the Agency's rules shall be construed as excusing any person from complying with any other applicable local, state, or federal requirement. 05/07 4-10 Regulation III LAKEHAVEN WATER AND SEWER DISTRICT APPENDIX C LAKEHAVEN WATER and SEWER DISTRICT STANDARD PLANS S. DASH POINT ROAD SIDEWALK AND WATER MAIN IMPROVEMENTS w z J 0QI o � ZLLI W o � F - w = CLOSE -CUT CHAIN AND REMOVE FROM HOSE PORT CAPS & HYDRANT %"JOINT MAT'L FULL DEPTH. ADJACENT HYD. 2' RADIUS (CENTERED ON HYDRANT) x 6" THICK CONC. SLAB ON COMP. SUBGRADE 8 MIL POLYETHYLENE SHEET OVER GRAVEL BACKFILL I 3'-0" MIN 3' MIN RADIUS 1' MIN. CU. MIN G BA GRAVEL BACKFILL FOR DRYWELLS & -- HYDRANT DRAIN VALVE CONSTRUCTION /-6 GEOTEXTILE FOR UNDERGROUND DRAINAGE 12"x12"x4" SOLID CONCRETE BLOCK wl^rre. 3'-0" MIN HYDRANT 4" STORZ ADAPTER O — CABLE — SEE DETAIL A BOTTOM OF OUTLET ? CURB 0o FINISH GRADE + 6" MAX MIN DETAIL DETAIL A NTS C.I. VALVE BOX. C.J. (SEE STANDARD z PLAN 1 1) 6" DUCTILE IRON - 6" AUXILIARY GATE PIPE CL 52 0 VALVE (FLxMJ) PIPE ZONE BACKFILL FLANGED BRANCH 6" TYP "CUT -IN", OR TAPPING HYDRANT TEE WATER MAIN PIPE ZONE BEDDING 4" TYP 10 A 50' MAX. \ ' J 1. HYDRANTS SHALL BE INSTALLED PLUMB. 2. HYDRANT PUMPER/STEAMER PORT SHALL FACE THE STREET, OR WHERE THE STREET CANNOT BE CLEARLY DEFINED OR RECOGNIZED, SHALL FACE THE MOST LIKELY ROUTE OF APPROACH AND LOCATION OF FIRE TRUCK WHILE PUMPING, AS DIRECTED BYTHE DISTRICT. 3. DO NOT PLACE THRUST BLOCKING BEHIND TEE OR HYDRANT. USE THRUST RESTRAINT SYSTEM FOR PUSH -ON OR MJ JOINTS PER SPECIFICATIONS. USE OFTIE/SHACKLE RODS IS NOT ACCEPTABLE S. PAINT HYDRANT WITH 2 COATS OF SHERWIN-WILLIAMS PAINT, GLOSS SAFETY YELLOW, NO, 8S4Y37. 6. DO NOT BLOCK DRAIN. 7� IN CITY OF AUBURN: 2 -2Y2" HOSE PORTS (N.S.T.), 1- 4Y2" PUMPER PORT (N.S.T.) WITH S" STORZ ADAPTOR AND CAP. LOCATION AND MIN. OFFSET, OR AS SHOWN ON PLANS, AS REQUIRED BY RIGHT OF WAY PERMIT OR DIRECTED BY DISTRICT. 9O IF THRUST BLOCK SHOWN ON PLAN, INSTALL PER WSDOT STANDARD PLAN. ROCK WALL SEE NOTE 4 ELEVATION CUT FINISHED GF — ROCK WALL SEE NOTE 4 ---- SEE NOTE 3 d g ' A O d A �d d• O .p Ga • a. 9 d•d. MINIMUM AREA OF LEVEL GROUND 3'-0" RAD SURFACE CLEAR -VI\ 1 -- SEE NOTE 4 NOTES; 1. ROCKERY HEIGHTS EXCEEDING 4 FEET, REFER TO RIGHT-OF-WAY AGENCY STANDARDS, 2. CONSTRUCT ROCKERY FACINGS TO RIGHT-OF-WAY AGENCY STANDARDS. 3. IN UNIMPROVED AREAS INSTALL 2' RADIUS BY 6" THICK CONCRETE PAD ON COMPACTED SUBGRADE. 4. CONTRACTOR MAY SUBSTITUTE ARCHITECTURAL BRICK IN PLACE OF ROCKERY AS APPROVED BY ENGINEER. SP04—REVISED PER AVW 20191014 ELEVATION (TYPE. 601 F.Al III 90Oo •F.Al A FINISH GRADE I- '�-- WATER SERVICE CONNECTION i� o H TYPICAL WATER SERVICE CONS A��w --------- NEW CONNECTION COMP. GRAVEL BASE ON COMP. SUBGRA�� Q f, EEP, CL. 4000 ;RETE COLLAR 3" (MIN.) TRAFFIC METER BOX IN CONCRETE / HMA DRIVEWAY OR ROAD SHOULDER 0 NOTES; O METER FURNISHED AND INSTALLED BY DISTRICT. 2. METER SETTER SHALL BE CENTERED WITHIN METER BOX (PLAN VIEW), BOTH HORIZONTAL DIMENSIONS. 3. WATER SERVICE CONNECTION AND CONFIGURATION SHALL BE INSTALLED AS SHOWN ON THE PLANS, OR AS MAY BE OTHERWISE DIRECTED BY THE DISTRICT. 4. SERVICE LINES SHALL BE INSTALLED PERPENDICULAR (PLAN VIEW) TO WATER MAIN, UNLESS OTHERWISE SHOWN ON THE PLANS. NON -PERPENDICULAR SERVICE LINES, IF ALLOWED, SHALL BE WRAPPED W/N0. 12 COPPER WIRE (COATED BLUE) W/ A 12 -IN. LOOP EXPOSED IN THE METER BOX. STANDARD PLAN 07.0 5. SERVICE LINES SHALL BE CONTINUOUS WITHOUT SPLICES. O6 DEPTH OF COVER OVER SERVICE LINE SHALL BE 36" MIN. EXCEPT AT TRANSITION TO/FROM SETTER. 7. FOR WATER SERVICE CONNECTIONS DESIGNATED FOR 2 -IN. DIA. SERVICE LINES, SEE STANDARD PLAN 20. O CUSTOMER SUPPLY LINE (PRIVATE). MATERIAL LIST: METER SETTER AO • 5/8"x3/4" METER: FORD VH72-12WC, OR MUELLER H -1404-2x12" WITH TWO H-14222 ENDS. • 1" METER: FORD VH74-12WC, OR MUELLER H -1404-2x12" WITH TWO H-14222 ENDS. DOUBLE PURPOSE INLET & OUTLET COUPLING (FEMALE IRON PIPE UNION, SWIVELS OR FLARED COPPER). DRILLED PADLOCK WINGS ON METER STOP. SINGLE CHECK VALVE ON OUTLET. gO SERVICE LINE PIPE • 1" CTS POLYETHYLENE TUBING, SDR 9, 250 PSI PRESSURE RATING. PE 4710 RESIN, JM EAGLE, OR EQUAL. CO SERVICE SADDLE • SINGLE SS STRAP, ROMAC 101 NS W/ 1" CC (AWWA) TAP: OADAPTER (USE STAINLESS STEEL PIPE INSERTS) • 3/4" MIPT x 1" CTS COMPRESSION: MUELLER H-15428, OR FORD C84 -34G "GRIP JOINT" • 1" MIPT x 1" CTS COMPRESSION: MUELLER H-15428, OR FORD C84 -44G "GRIP JOINT". USE STAINLESS STEEL PIPE STIFFENER. EO METER BOX • 5/8" x 3/4" METER: ARMORCAST A600485 (11"08") AND COVER W/HINGED READER LID RATED FOR TRAFFIC LOADS (A600484TR) • 1" METER: ARMORCAST A6001946PCX12 (13"x24") AND COVER W/HINGED READER LID RATED FOR TRAFFIC LOADS (A6001969R) OCORPORATION STOP • 1" INLET AWWA TAPER (CC) THREAD x 1" CTS COMPRESSION. MUELLER H-15008, OR FORD F1000G "GRIP JOINT". USE STAINLESS STEEL PIPE STIFFENER. OBRASS NIPPLE • 3/4" IPS x 8" LONG • 1" IPS x 8" LONG. OPVC TEMPORARY CAP® (HAND TIGHTENED) SEEIOOR (�8 • 3/4" IPS • 1 " IPS OEXTEND CUSTOMER SUPPLY LINE, AND CONNECT TO BRASS NIPPLE INCLUDING FITTINGS, REDUCERS, BUSHINGS, AND STIFFENERS AS NECESSARY. SEE O JO BRASS 3/4" OR 1 "x 90' STREET ELL STANDARD PLAN 07.01 ® NSF/ANSI 61 AND NSF/ANSI 372 COMPLIANT. PLAN @ MAIN w 3'-0" MIN 5'-0" MAX z i FF �- n n CONC BLOCKING - & THRUST BLOCK PLAN @ GRADE POUR THRUST BLOCK AGAINST UNDISTURBED EARTH PER STD. PLAN B -22a OR CONC ECO BLOCK 8"x8"x16" CONC BLOCK SLOTTED DI BLOCKING PIPE fd 760,m ,j TAPPED MJ CAP TRAFFIC LOAD RATED METER BOX. ARMORCAST MODEL A600194PCX12 W/HINGE READER DOOR A6001969R SLOTTED DI BLOCKING PIPE PER STD PLAN 10 4.5'x5.5' PAD. MATERIAL NOTES: AS DIRECTED 1. PAINT PIPE THREADS WITH ASPHALT PAINT AFTER ASSEMBLY 2. ALL PIPING SHALL BE GALVANIZED IRON 3. VALVE AND PIPING SHALL BE SIZED PER TABLE OR AS NOTED ON PLAN. FINISH GRD - PVC CAP N CONC BLOCK THRUST BLOCK .i .t,l• f,f ••�+ ..Ki.j4 90' ELL, NPT --J PAD BACK OF SIDEWALK SIZING TABLE MAIN SIZE PIPE SIZE >6"O <8"O 2"¢ 3»0 _ I C.7 LL V CONC BLOCKING - & THRUST BLOCK PLAN @ GRADE POUR THRUST BLOCK AGAINST UNDISTURBED EARTH PER STD. PLAN B -22a OR CONC ECO BLOCK 8"x8"x16" CONC BLOCK SLOTTED DI BLOCKING PIPE fd 760,m ,j TAPPED MJ CAP TRAFFIC LOAD RATED METER BOX. ARMORCAST MODEL A600194PCX12 W/HINGE READER DOOR A6001969R SLOTTED DI BLOCKING PIPE PER STD PLAN 10 4.5'x5.5' PAD. MATERIAL NOTES: AS DIRECTED 1. PAINT PIPE THREADS WITH ASPHALT PAINT AFTER ASSEMBLY 2. ALL PIPING SHALL BE GALVANIZED IRON 3. VALVE AND PIPING SHALL BE SIZED PER TABLE OR AS NOTED ON PLAN. FINISH GRD - PVC CAP N CONC BLOCK THRUST BLOCK .i .t,l• f,f ••�+ ..Ki.j4 90' ELL, NPT --J PAD BACK OF SIDEWALK SIZING TABLE MAIN SIZE PIPE SIZE >6"O <8"O 2"¢ 3»0 METAL VALVE RISER PER STD PLAN 11 GATE VALVE W/2" OPERATING NUT NPT I WATER MAIN 4" LONG NIPPLE NPT ELEVATION SPB-09 STANDARD PLAN 09 WATER MAIN SLOT AT TOP OF DI BLOCKING PIPE TO ALLOW CLEARANCE FOR VERTICAL PIPE RUN — VERTICAL DISCHARGE PIPING DI "BLOCKING" PIPE — 10 SMALLER THAN WATER MAIN 2" NPT F. X 2-1/2" M. MJ CAP PLAN 18„ FRE HOSE THREAD WHEN EXIST MIN X PIPE IS DI _ BALL VALVE LOCATION. HANDLE UP VERTICAL TO OPEN, HORIZ TO CLOSE - SEE NOTE 2 � z N � SLOTTED DI I BLOCKING PIPE L.A---- ROMAC END CAP COUPLING WHEN EXIST PIPE IS AC WATER MAIN (>4"0) ............... z z ------ - M � � 2"0 GALVANIZED STEEL PIPE & FITTINGS L SEE NOTE 1 . a ELEVATION NOTES: 1. PROVIDE TEMPORARY THRUST RESTRAINT; CONC. ECOLOGY BLOCK(S) AS NECESSARY FOR SOIL AND TRENCH CONDITIONS TO RESIST TEST PRESSURE. 2. IF ASSEMBLY PLACED IN HAZARDOUS/TRAFFIC LOCATION, PROVIDE BALL VALVE (HANDLE UP TO OPEN) AND PLUG FOR REMOVAL OF STANDPIPE OUTSIDE TIMES OF TESTING. COVER CONNECTION WITH TRAFFIC LOAD RATED METER BOX. ARMORCAST MODEL A600484 WITH ONE PIECE COVER A600485T. 3. DISCHARGED WATER WITH CHLORINE RESIDUAL SHALL BE DECHLORINATED AND DISPOSED PER JURISDICTIONAL AGENCY REQUIREMENTS, AND CONTROLLED PER TESC PLAN. SPB-10 SEE NOTE 3. HAUNCHED PEA GRAVEL OR 5/8" MINUS FORMULA FOR ESTIMATING RATE OF DISCHARGE Q = 2.83d2 SX WHERE: lFs—y Q = DISCHARGE (gpm) d =INSIDE DIAM. OF DISCHARGE PIPE d,SX,Sy— MEASURED IN INCHES STANDARD PLAN 10 94" VALVE MARKER NOTES: VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER WITH ANCHOR BARB VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES OUTSIDE PAVED AREAS VALVE MARKER POST S `• a COVER OP SECTION HIGH FLANGE) EE NOTE 1 ASE SECTION " EfHAFOAM 00 (2" WIDE) NOTES: 1. PROVIDE 6" MIN. VERTICAL ADJUSTMENT WHERE PRACTICAL. 2. THE WORD "WATER" SHALL BE CAST INTO THE COVER. 3. VALVE BOX RISERS (IF USED) SHALL BE GLUED. 4. INSTALL LOCKING LID IN TRAFFIC AREAS, (STYLE: STAINLESS STEEL CENTER BOLT W/PENTAGON SECURITY HEAD, SPREADER BAR & LOCKING CAMS.) VALVE BOX WATER MAIN PLAN NOTES: 1� PROTECTIVE PAD SHALL BE 4" MIN. DEPTH CONCRETE OR COMPACTED HMA TO MATCH ADJACENT PAVED SURFACE. 2� WHERE DISTANCE IS 42" OR LESS FROM VALVE, PAD SHALL EXTEND TO EDGE OF PAVEMENT. OTHERWISE, PAD SHALL EXTEND 24" MIN. 3� PAD SHALL BE CONTINUOUS AND RECTANGULAR FOR VALVE CLUSTER. SQUARE EDGE OF PAVEMENT IF VALVE BOX PROTECTIVE PAD MEETS PAVEMENTS. MATCH FINISH GRADE. PAVED AREA UNPAVED AREA SECTION 5� APPLY ASPHALT TACK COAT FOR HMA, JOINT SEALANT FOR CONCRETE. SEAL HMA EDGES WITH PG 58/22. 7� ALIGN LUG SLOTS PARALLEL TO WATER MAIN. STANDARD PLAN 1 1 .01 VALVE BOX PROTECTIVE PAD AND COVER ALIGNMENT SP -11.01 SEE NOTE MATCH EXIST. PAVEMENT 4 5 6 F 2 SECTION 5 6 z w COMP. 1z"3" HMA OR 4" w Q I I I SUBGRADE z' RAD CONCRETE J • ----1',-,til i _ _.._ - — _�- oil --LLF,_ 12" VALVE PROVIDE 9" 6" 2" CTSC o--� (TYP.) DEPTH x 1' w 0 Z ASPHALT SEE 4 COLLAR IN II NOTE 24" MIN PAVED AREAS WATER MAIN PLAN NOTES: 1� PROTECTIVE PAD SHALL BE 4" MIN. DEPTH CONCRETE OR COMPACTED HMA TO MATCH ADJACENT PAVED SURFACE. 2� WHERE DISTANCE IS 42" OR LESS FROM VALVE, PAD SHALL EXTEND TO EDGE OF PAVEMENT. OTHERWISE, PAD SHALL EXTEND 24" MIN. 3� PAD SHALL BE CONTINUOUS AND RECTANGULAR FOR VALVE CLUSTER. SQUARE EDGE OF PAVEMENT IF VALVE BOX PROTECTIVE PAD MEETS PAVEMENTS. MATCH FINISH GRADE. PAVED AREA UNPAVED AREA SECTION 5� APPLY ASPHALT TACK COAT FOR HMA, JOINT SEALANT FOR CONCRETE. SEAL HMA EDGES WITH PG 58/22. 7� ALIGN LUG SLOTS PARALLEL TO WATER MAIN. STANDARD PLAN 1 1 .01 VALVE BOX PROTECTIVE PAD AND COVER ALIGNMENT SP -11.01 LAKEHAVEN WATER AND SEWER DISTRICT APPENDIX D WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD PLANS S. DASH POINT ROAD SIDEWALK AND WATER MAIN IMPROVEMENTS m rL T NW — W m v `OL>�'> O0 C 2 a mH mc o a Y o. m v cn° ¢ m w c E o c a `o UO -F-00) YEL a c `m w� ¢ avai0 �Em0 o � m y c C NV m c m rn ' O L-. m 3 m 10o d d C m Q= (6 w N O Cl N .L.. � L N m am+ o U a0 N L 0) Nyoa N m EY ma m 3 m n°omE -Emw'. L v7 m mmzr d m2w •- �w �° 3 E :E C,8 O4m�W 'c Ec o 0 E d v c m > "O C J O (Il a C V EO N N '� ig E E U rnmw .� E m o -m E N E Q) E m a a m N -�U) -5UEaN -o °'v N@ ¢ Y C N E m .NY m N C �OamiaQ0 o3=�;? and Eo OH E NUY m"arn E.o w c W N W O d m C L m O j L L L y ~¢ N 3 a a Y H L m 'o- 3 Z N of v cn � K W W m N T C O U aZ2Z T- Z °v W N a 0 8�g d Ui o _ O � N_ r m m OI�ti N W U _ E J m v m m '� o a o- W o o o J IL .� a W Om- W U UU aU v N ��f+ 9 = �. O Cc W n OZ ��9 0 U fl 3U d a oO w '1�a 3a wa d d Z am y 0 m ° 0 �m w00 m a- > °w dH m o N m vOi f: W FQ- K W V W ONOJAO VSIl :A8 NMtlNO w O z o_ o x o s ¢� m a m z _Oo -d o U Q x m U a # W K 6 m Z O H U W N W N ¢ m f% U W d' CL N T C O T- w W N 3 0 8�g d Ui o e m � m r m m OI�ti ~ W U _ E m m v m m '� Z a o- W o o W S w o IL .� v N ��f+ 9 = �. O Cc n r ��9 0 a = s o (D° H a an d m m Q Z 3 m a- > °w m o N m H f: m E v 'o C N O m6 m m E a in o m 0 m L m m N m N m L CL Q Y a O O U m N m O w O z o_ o x o s ¢� m a m z _Oo -d o U Q x m U a # W K 6 m Z O H U W N W N ¢ m f% U W d' CL CD v N L N t6 U C c CL C D : r a O my N O N U co U omm�0 g N U y L O N 10 a L N C C a� o w O os F LLIa m w U 'c N'- U N N N m vJ m oL r O L r N E C N 'D c- N p CO O1 E I m r� i > z � oa m a o ao ma o� E5 Q Uzi U c �j C ry omo.� N N d c 0 ° 1 p N 02- c m a 19 Nfl) =[6L 'u V) � N C Liv O J a O) d vi ac N C =�?ANON N _ fn N E o N vi n� cUN,o pN a U s�N a w c a � e v N a C O p N- N c > N Lu 0]0 > MSL Q C' N LL z N M 4 o� m° Z z oa ❑� �a a F I mo a 1 .OZ 1130411 N?A=l :AS NMV2J0 XtlW ..8/S L O z O U LU rn O z O U W N U K r W 2 O N v D O s J N o HW C M z e ci % T30111 _,w__ §/ o \ 2 §w! \ ) cn 14m§! LU \ ! Z LU -| \k / &,2 LM _ 100 \% � Z 2-10) | o @� ■ ) LU 2 §2 0 � \0 ir WcmE \ ° �m k } 0. ( _ \ ) \� » \\ / \/ � k (n j $ t I [ _ \ z e \/ \ }{ \ ) k � m , T30111 _,w__ §/ o \ 2 §w! \ ) cn 14m§! LU \ ! Z LU -| \k / &,2 _ )2 \% � Z | o @� ■ ) LU 2 §2 inLULL � \ ° �m k } } ( \ » . k (n 2 $ t I [ _ z \ / \ k 2 ` § §Q§LULuIL T30111 _,w__ §/ o \ 2 §w! \ ) cn 14m§! 2 \ ! Z LU -| \k / &,2 _ )2 \% T30111 _,w__ § w � 2 LU a u o §/ o \ 2 §w! \ ) cn 14m§! 2 \ ! § } \ -| \k x &,2 _ � k�� � Z | o @� ■ LU inLULL k / z \ / \ k 2 e § § w � 2 LU a u o §/ o \ 2 §w! &E ) cn 14m§! 2 \ ! § } \ -| \k x &,2 _ � k�� � Z | o @� ■ § § | m §/ z §w! &E ) ) § N a Z LU OD J a v F G' W 0 b N N 0 N Cl! r r O LL cs = Z m Z N 0 o -o QFW6�d'yrc° W Q Q V >� 2 3 Z z� v � �1► i w O Ir r r r V n N N r N m W m N F � W D Wg r- � r m _ D W) N U) M r W W J m m N .^- y LL OD — CO N 00 (V v (V 0 CSI I- CO O N (O M w C V M N V N LO m M 0D Q OD ICJ N V, CO) W IO OD m V CO IC) � r a F W Z rw O Lu K Dei 0 N N V I� O W OD O OD W Q W W O N I- N00 N W aiZ J IT , N N U) N V OD Cl) I, Cl) In O N I` V N W W N Z OO W V w 2 (� N o N iCJ a N a N o I�U) N L o NW m Q N N (V ICJ (V YD (V lCJ v (V N I() V N N ICJ V W C W to a F W ' N N N N N N N K a W d Q v iD iD O m IL p N a Z LU OD J a v F G' W 0 b N N 0 N Cl! r r O LL cs = Z m Z N 0 o -o QFW6�d'yrc° W Q Q V >� 2 3 Z z� v � �1► LAKEHAVEN WATER AND SEWER DISTRICT APPENDIX E REFERENCE INFORMATION - CONSTRUCTION RECORD DRAWING - POTHOLE PHOTO (S. Dash Point Road at 11 t" Ave. S.) S. DASH POINT ROAD SIDEWALK AND WATER MAIN IMPROVEMENTS Q9 r V 0 �. a Y 4s w N f a 0 W 00 y uj sy�s� O O w x w W w ¢ a 0 U w w w w LL LLJ E � - LJ w K ¢ � a I w a g 2 > W z R ko LLI a 6EFsx lkz 4xXqf),L'A4 fed N r : .°' .'�'r tia9 �:� w � ' _ •y. o ,f pr It A amt 7 Vii.. V -' :`'� Y•ice nfY . I +py � i� .:J' it �1S � ♦ .—"_ � 4 �. i , .. �l +� 1 i s h i t 4_ ap Lakehaven Water and Sewer District FIRE HYDRANT ASSEMBLY AT APPROX. STA. 17+70 RT. ,'Aum _ a ti INV- - NV O,R r {'R 'fie• a t :,�� �,, - r' t S. Dash Point Road Sidewalk and Water Main Improvements Page 2 of 3 Lakehaven Water and Sewer District WATER MAIN AT APPROX. STA. 10+60 RT. S. Dash Point Road Sidewalk and Water Main Improvements Page 3 of 3 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 12/13/2019 "Risk County Trade Job Classification Wage Holiday Overtime Note C lass King Asbestos Abatement Workers Journey Level $50.86 5D 1 H View King Boilermakers Journey Level $69.04 5N 1C View King Brick Mason Journey Level $58.82 5A 1M View King Brick Mason Pointer -Caulker -Cleaner $58.82 5A 1M View King Building Service Employees Janitor $25.58 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.03 5S 2F View King Building Service Employees Window Cleaner (Non -Scaffold) $29.33 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.33 5S 2F View King Cabinet Makers In Shop), Journey Level $22.74 1 View King Carpenters Acoustical Worker $62.44 7A 4C View King Carpenters Carpenter $62.44 7A 4C View King Carpenters Carpenters on Stationary Tools $62.57 7A 4C View King Carpenters Creosoted Material $62.54 7A 4C View King Carpenters Floor Finisher $62.44 7A 4C View King Carpenters Floor Layer $62.44 7A 4C View King Carpenters Scaffold Erector $62.44 7A 4C View King Cement Masons Application of all Composition Mastic $62.97 7A 4U View King Cement Masons Application of all Epoxy Material $62.47 7A 4U View King Cement Masons Application of all Plastic Material $62.97 7A 4U View King Cement Masons Application of Sealing Compound $62.47 7A 4U View King Cement Masons Application of Underlayment $62.97 7A 4U View King Cement Masons Building General $62.47 7A 4U View King Cement Masons Composition or Kalman Floors $62.97 7A 4U View King Cement Masons Concrete Paving $62.47 7A 4U View King Cement Masons Curb Et Gutter Machine $62.97 7A 4U View King Cement Masons Curb Et Gutter, Sidewalks $62.47 7A 4U View King Cement Masons Curing Concrete $62.47 7A 4U View King Cement Masons Finish Colored Concrete $62.97 7A 4U View King Cement Masons Floor Grinding $62.97 7A 4U View King Cement Masons Floor Grinding/ Polisher $62.47 7A 4U View King Cement Masons Green Concrete Saw, self -powered $62.97 7A 4U View King Cement Masons Grouting of all Plates $62.47 7A 4U View King Cement Masons Grouting of all Tilt -up Panels $62.47 7A 4U View King Cement Masons Gunite Nozzleman $62.97 7A 4U View King Cement Masons Hand Powered Grinder $62.97 7A 4U View King Cement Masons Journey Level $62.47 7A 4U View King Cement Masons Patching Concrete $62.47 7A 4U View King Cement Masons Pneumatic Power Tools $62.97 7A 4U View King Cement Masons Power Chipping Et Brushing $62.97 7A 4U View King Cement Masons Sand Blasting Architectural Finish $62.97 7A 4U View King Cement Masons Screed Et Rodding Machine $62.97 7A 4U View King Cement Masons Spackling or Skim Coat Concrete $62.47 7A 4U View King Cement Masons Troweling Machine Operator $62.97 7A 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $62.97 7A 4U View King Cement Masons Tunnel Workers $62.97 7A 4U View King Divers 8 Tenders Bell/Vehicle or Submersible Operator (Not $116.20 7A 4C View Under Pressure) King Divers 8 Tenders Dive Supervisor/Master $79.23 7A 4C View King Divers 8 Tenders Diver $116.20 7A 4C 8V View King Divers 8 Tenders Diver On Standby $74.23 7A 4C View King Divers 8 Tenders Diver Tender $67.31 7A 4C View King King King King King King King King King King King King King Divers 8 Tenders Manifold Operator $67.31 7A 4C View Divers 8 Tenders Manifold Operator Mixed Gas $72.31 7A 4C View Divers 8 Tenders Remote Operated Vehicle Operator/Technician $67.31 7A 4C View Divers 8 Tenders Remote Operated Vehicle Tender $62.69 7A 4C View Dredge Workers Assistant Engineer $56.44 5D 3F View Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F View Dredge Workers Boatmen $56.44 5D 3F View Dredge Workers Engineer Welder $57.51 5D 3F View Dredge Workers Leverman, Hydraulic $58.67 5D 3F View Dredge Workers Mates $56.44 5D 3F View Dredge Workers Oiler $56.00 5D 3F View Drywall Applicator Journey Level $62.44 5D 1 H View Drywall Tapers Journey Level $62.94 5P 1E View Electrical Fixture Maintenance Workers Journey Level $30.59 5L 1E View Electricians - Inside Cable Splicer $83.17 7C 4E View Electricians - Inside Cable Splicer (tunnel) $89.34 7C 4E View Electricians - Inside Certified Welder $80.36 7C 4E View Electricians - Inside Certified Welder (tunnel) $86.25 7C 4E View Electricians - Inside Construction Stock Person $41.48 7C 4E View Electricians - Inside Journey Level $77.55 7C 4E View Electricians - Inside Journey Level (tunnel) $83.17 7C 4E View Electricians - Motor Shop Journey Level $45.08 5A 1B View Electricians - Powerline Construction Cable Splicer $79.60 5A 4D View Electricians - Powerline Construction Certified Line Welder $72.98 5A 4D View Electricians - Powerline Construction Groundperson $47.94 5A 4D View Electricians - Powerline Construction Heavy Line Equipment Operator $72.98 5A 4D View Electricians - Powerline Construction Journey Level Lineperson $72.98 5A 4D View Electricians - Powerline Construction Line Equipment Operator $62.06 5A 4D View Electricians - Powerline Construction Meter Installer $47.94 5A 4D 8W View Electricians - Powerline Construction Pole Sprayer $72.98 5A 4D View Electricians - Powerline Construction Powderperson $54.55 5A 4D View Electronic Technicians Journey Level $51.07 7E JE View Elevator Constructors Mechanic $94.22 7D 4A View Elevator Constructors Mechanic In Charge $101.73 7D 4A View Fabricated Precast Concrete Products All Classifications - In -Factory Work Only $18.25 5B 1 R View Fence Erectors Fence Erector $43.11 7A 4V 8Y View Fence Erectors Fence Laborer $43.11 7A 4V 8Y View Flaggers Journey Level $43.11 7A 4V 8Y View Glaziers Journey Level $66.51 7L 1Y View Heat 8 Frost Insulators And Asbestos Workers Journeyman $76.61 5J 4H View Heating Equipment Mechanics Journey Level $85.88 7F JE View Hod Carriers ft Mason Tenders Journey Level $52.44 7A 4V 8Y View Industrial Power Vacuum Cleaner Journey Level $12.00 1 View Inland Boatmen Boat Operator $61.41 5B 1K View Inland Boatmen Cook $56.48 5B 1K View Inland Boatmen Deckhand $57.48 5B 1K View Inland Boatmen Deckhand Engineer $58.81 5B 1K View Inland Boatmen Launch Operator $58.89 5B 1K View Inland Boatmen Mate $57.31 5B 1K View Inspection/Cleaning/Sealing Of Sewer 8 Water Cleaner Operator, Foamer Operator $31.49 1 View Systems ByRemote Control Inspection/Cleaning/Sealing Of Sewer 8 Water Grout Truck Operator $12.00 1 View Systems By Remote Control Inspection/Cleaning/Sealing Of Sewer ft Water Head Operator $24.91 1 View Systems ByRemote Control Inspection/Cleaning/Sealing Of Sewer ft Water Technician $19.33 1 View Systems ByRemote Control Inspection/Cleaning/Sealing Of Sewer 8 Water Tv Truck Operator $20.45 1 View Systems By Remote Control Insulation Applicators Journey Level $62.44 7A 4C View Ironworkers Journeyman $72.18 7N 10 View Laborers Air, Gas Or Electric Vibrating Screed $50.86 7A 4V 8Y View Laborers Airtrac Drill Operator $52.44 7A 4V 8Y View Laborers Ballast Regular Machine $50.86 7A 4V 8Y View Laborers Batch Weigh man $43.11 7A 4V 8Y View Laborers Brick Pavers $50.86 7A 4V 8Y View Laborers Brush Cutter $50.86 7A 4V 8Y View Laborers Brush Hog Feeder $50.86 7A 4V 8Y View King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King Laborers Burner $50.86 7A 4V 8Y View Laborers Caisson Worker $52.44 7A 4V 8Y View Laborers Carpenter Tender $50.86 7A 4V 8Y View Laborers Cement Dumper -paving $51.80 7A 4V 8Y View Laborers Cement Finisher Tender $50.86 7A 4V 8Y View Laborers Change House Or Dry Shack $50.86 7A 4V 8Y View Laborers Chipping Gun (30 Lbs. And Over) $51.80 7A 4V 8Y View Laborers Chipping Gun (Under 30 Lbs.) $50.86 7A 4V 8Y View Laborers Choker Setter $50.86 7A 4V 8Y View Laborers Chuck Tender $50.86 7A 4V 8Y View Laborers Clary Power Spreader $51.80 7A 4V 8Y View Laborers Clean-up Laborer $50.86 7A 4V 8Y View Laborers Concrete Dumper/Chute Operator $51.80 7A 4V 8Y View Laborers Concrete Form Stripper $50.86 7A 4V 8Y View Laborers Concrete Placement Crew $51.80 7A 4V 8Y View Laborers Concrete Saw Operator/Core Driller $51.80 7A 4V 8Y View Laborers Crusher Feeder $43.11 7A 4V 8Y View Laborers Curing Laborer $50.86 7A 4V 8Y View Laborers Demolition: Wrecking Et Moving (Incl. Charred $50.86 7A 4V 8Y View Material) Laborers Ditch Digger $50.86 7A 4V 8Y View Laborers Diver $52.44 7A 4V 8Y View Laborers Drill Operator (Hydraulic, Diamond) $51.80 7A 4V 8Y View Laborers Dry Stack Walls $50.86 7A 4V 8Y View Laborers Dump Person $50.86 7A 4V 8Y View Laborers Epoxy Technician $50.86 7A 4V 8Y View Laborers Erosion Control Worker $50.86 7A 4V 8Y View Laborers Faller Et Bucker Chain Saw $51.80 7A 4V 8Y View Laborers Fine Graders $50.86 7A 4V 8Y View Laborers Firewatch $43.11 7A 4V 8Y View Laborers Form Setter $50.86 7A 4V 8Y View Laborers Gabian Basket Builders $50.86 7A 4V 8Y View Laborers General Laborer $50.86 7A 4V 8Y View Laborers Grade Checker Et Transit Person $52.44 7A 4V 8Y View Laborers Grinders $50.86 7A 4V 8Y View Laborers Grout Machine Tender $50.86 7A 4V 8Y View Laborers Groutmen (Pressure) Including Post Tension $51.80 7A 4V 8Y View Beams Laborers Guardrail Erector $50.86 7A 4V 8Y View Laborers Hazardous Waste Worker (Level A) $52.44 7A 4V 8Y View Laborers Hazardous Waste Worker (Level B) $51.80 7A 4V 8Y View Laborers Hazardous Waste Worker (Level C) $50.86 7A 4V 8Y View Laborers High Scaler $52.44 7A 4V 8Y View Laborers Jackhammer $51.80 7A 4V 8Y View Laborers Laserbeam Operator $51.80 7A 4V 8Y View Laborers Maintenance Person $50.86 7A 4V 8Y View Laborers Manhole Builder-Mudman $51.80 7A 4V 8Y View Laborers Material Yard Person $50.86 7A 4V 8Y View Laborers Motorman -Dinky Locomotive $51.80 7A 4V 8Y View Laborers Nozzleman (Concrete Pump, Green Cutter $51.80 7A 4V 8Y View When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) Laborers Pavement Breaker $51.80 7A 4V 8Y View Laborers Pilot Car $43.11 7A 4V 8Y View Laborers Pipe Layer Lead $52.44 7A 4V 8Y View Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y View Laborers Pipe Pot Tender $51.80 7A 4V 8Y View Laborers Pipe Reliner $51.80 7A 4V 8Y View Laborers Pipe Wrapper $51.80 7A 4V 8Y View Laborers Pot Tender $50.86 7A 4V 8Y View Laborers Powderman $52.44 7A 4V 8Y View Laborers Powderman's Helper $50.86 7A 4V 8Y View Laborers Power Jacks $51.80 7A 4V 8Y View Laborers Railroad Spike Puller - Power $51.80 7A 4V 8Y View Laborers Raker- Asphalt $52.44 7A 4V 8Y View Laborers Re-timberman $52.44 7A 4V 8Y View King Laborers Remote Equipment Operator $51.80 7A 4V 8Y View King Laborers Rigger/Signal Person $51.80 7A 4V 8Y View King Laborers Rip Rap Person $50.86 7A 4V 8Y View King Laborers Rivet Buster $51.80 7A 4V 8Y View King Laborers Rodder $51.80 7A 4V 8Y View King Laborers Scaffold Erector $50.86 7A 4V 8Y View King Laborers Scale Person $50.86 7A 4V 8Y View King Laborers Sloper(Over 20") $51.80 7A 4V 8Y View King Laborers Sloper Sprayer $50.86 7A 4V 8Y View King Laborers Spreader (Concrete) $51.80 7A 4V 8Y View King Laborers Stake Hopper $50.86 7A 4V 8Y View King Laborers Stock Piler $50.86 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $43.11 7A 4V 8Y View King Laborers Tamper Et Similar Electric, Air Et Gas Operated $51.80 7A 4V 8Y View Tools King Laborers Tamper (Multiple Et Self-propelled) $51.80 7A 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer Et $51.80 7A 4V 8Y View Cribber) King Laborers Toolroom Person (atJobsite) $50.86 7A 4V 8Y View King Laborers Topper $50.86 7A 4V 8Y View King Laborers Track Laborer $50.86 7A 4V 8Y View King Laborers Track Liner (Power) $51.80 7A 4V 8Y View King Laborers Traffic Control Laborer $46.10 7A 4V 9C View King Laborers Traffic Control Supervisor $46.10 7A 4V 9C View King Laborers Truck Spotter $50.86 7A 4V 8Y View King Laborers Tugger Operator $51.80 7A 4V 8Y View King Laborers Tunnel Work -Compressed Air Worker 0-30 psi $120.61 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 30.01- $125.64 7A 4V 9B View 44.00 psi King Laborers Tunnel Work -Compressed Air Worker 44.01- $129.32 7A 4V 9B View 54.00 psi King Laborers Tunnel Work -Compressed Air Worker 54.01- $135.02 7A 4V 9B View 60.00 psi King Laborers Tunnel Work -Compressed Air Worker 60.01- $137.14 7A 4V 9B View 64.00 psi King Laborers Tunnel Work -Compressed Air Worker 64.01- $142.24 7A 4V 9B View 68.00 psi King Laborers Tunnel Work -Compressed Air Worker 68.01- $144.14 7A 4V 9B View 70.00 psi King Laborers Tunnel Work -Compressed Air Worker 70.01- $146.14 7A 4V 9B View 72.00 psi King Laborers Tunnel Work -Compressed Air Worker 72.01- $148.14 7A 4V 9B View 74.00 psi King Laborers Tunnel Work-Guage and Lock Tender $52.54 7A 4V 8Y View King Laborers Tunnel Work-Miner $52.54 7A 4V 8Y View King Laborers Vibrator $51.80 7A 4V 8Y View King Laborers Vinyl Seamer $50.86 7A 4V 8Y View King Laborers Watchman $39.18 7A 4V 8Y View King Laborers Welder $51.80 7A 4V 8Y View King Laborers Well Point Laborer $51.80 7A 4V 8Y View King Laborers Window Washer/Cleaner $39.18 7A 4V 8Y View King Laborers - Underground Sewer 8 Water General Laborer Et Topman $50.86 7A 4V 8Y View King Laborers - Underground Sewer 8 Water Pipe Layer $51.80 7A 4V 8Y View King Landscape Construction Landscape Construction/ Landscaping Or $39.18 7A 4V 8Y View Planting Laborers King Landscape Construction Landscape Operator $68.02 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $62.44 5D 1H View King Marble Setters Journey Level $58.82 5A 1M View King Metal Fabrication In Shop), Fitter $15.86 1 View King Metal Fabrication In Shop), Laborer $12.00 1 View King Metal Fabrication In Shop), Machine Operator $13.04 1 View King Metal Fabrication In Shop), Painter $12.00 1 View King Metal Fabrication In Shop), Welder $15.48 1 View King Millwright Journey Level $63.94 7A 4C View King Modular Buildings Cabinet Assembly $12.00 1 View King Modular Buildings Electrician $12.00 1 View King Modular Buildings Equipment Maintenance $12.00 1 View King Modular Buildings Plumber $12.00 1 View King Modular Buildings Production Worker $12.00 1 View King Modular Buildings Tool Maintenance $12.00 1 View King Modular Buildings Utility Person $12.00 1 View King Modular Buildings Welder $12.00 1 View King Painters Journey Level $43.40 6Z 2B View King Pile Driver Crew Tender $67.31 7A 4C View King Pile Driver Crew Tender/Technician $67.31 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 0- $77.93 7A 4C View 30.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $82.93 7A 4C View 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $86.93 7A 4C View 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $91.93 7A 4C View 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $94.43 7A 4C View 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $99.43 7A 4C View 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $101.43 7A 4C View 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $103.43 7A 4C View 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $105.43 7A 4C View 72.01 - 74.00 PSI King Pile Driver Journey Level $62.69 7A 4C View King Plasterers Journey Level $59.42 M 1R View King Playground 8 Park EquipmentInstallers Journey Level $12.00 1 View King Plumbers 8 Pipefitters Journey Level $87.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $69.16 7A 3K 8X View King Power Equipment Operators Assistant Engineer$65.05 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $68.55 7A 3K 8X View King Power Equipment Operators Bobcat $65.05 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $65.05 7A 3K 8X View King Power Equipment Operators Brooms $65.05 7A 3K 8X View King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators Cableways $69.16 7A 3K 8X View King Power Equipment Operators Chipper$68.55 7A 3K 8X View King Power Equipment Operators Compressor$65.05 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $65.05 7A 3K 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High $68.02 7A 3K 8X View Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount With Boom $69.16 7A 3K 8X View Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount With Boom $68.55 7A 3K 8X View Attachment Up To 42m King Power Equipment Operators Conveyors $68.02 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over$71.26 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of $69.85 7A 3K 8X View boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With $68.55 7A 3K 8X View Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom $70.57 7A 3K 8X View including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' of boom $71.26 7A 3K 8X View including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' $69.16 7A 3K 8X View Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons$70.57 7A 3K 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, A- $68.02 7A 3K 8X View frame over 10 tons King Power Equipment Operators Crusher $68.55 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $68.55 7A 3K 8X View King Power Equipment Operators Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Operators Dozers D-9 Et Under $68.02 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $68.02 7A 3K 8X View King Power Equipment Operators Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators Elevator And Man -lift: Permanent And Shaft $65.05 7A 3K 8X View Type King Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et $68.55 7A 3K 8X View Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $68.02 7A 3K 8X View King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $65.05 7A 3K 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, $68.55 7A 3K 8X View Etc King Power Equipment Operators Gradechecker/Stakeman $65.05 7A 3K 8X View King Power Equipment Operators Guardrail Punch $68.55 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road $69.16 7A 3K 8X View Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump Articulating Off-road $68.55 7A 3K 8X View Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill Locator $68.02 7A 3K 8X View King Power Equipment Operators Horizontal/ Directional Drill Operator $68.55 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $68.02 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $69.85 7A 3K 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 $69.16 7A 3K 8X View Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards $68.55 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $68.55 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $68.02 7A 3K 8X View King Power Equipment Operators Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators Material Transfer Device $68.55 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over $69.85 7A 3K 8X View Mechanic) King Power Equipment Operators Motor Patrol Graders $69.16 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, $69.16 7A 3K 8X View Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch $65.05 7A 3K 8X View Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And Manlifts), Air $68.02 7A 3K 8X View Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through $68.55 7A 3K 8X View 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $69.85 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 $69.16 7A 3K 8X View Tons King Power Equipment Operators Pavement Breaker $65.05 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $68.55 7A 3K 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $65.05 7A 3K 8X View King Power Equipment Operators Power Plant $65.05 7A 3K 8X View King Power Equipment Operators Pumps - Water $65.05 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In $65.05 7A 3K 8X View Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber Tired $69.16 7A 3K 8X View Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman (Certified)$68.02 7A 3K 8X View King Power Equipment Operators Rollagon $69.16 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $65.05 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $68.02 7A 3K 8X View King Power Equipment Operators Roto-mill, Roto-grinder $68.55 7A 3K 8X View King Power Equipment Operators Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators Scrapers - Concrete Et Carry All $68.02 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $69.16 7A 3K 8X View King Power Equipment Operators Service Engineers - Equipment $68.02 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $65.05 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 $68.02 7A 3K 8X View Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric $69.16 7A 3K 8X View Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To $68.55 7A 3K 8X View 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric $69.85 7A 3K 8X View Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric $70.57 7A 3K 8X View Tons King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer 8 Water Power Eaujpment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Slipform Pavers Spreader, Topsider Et Screedman Subgrader Trimmer Tower Bucket Elevators Tower Crane Up To 175' In Height Base To Boom Tower Crane: over 175' through 250' in height, base to boom Tower Cranes: over 250' in height from base to boom Transporters, All Track Or Truck Type Trenching Machines Truck Crane Oiler/driver - 100 Tons And Over Truck Crane Oiler/Driver Under 100 Tons Truck Mount Portable Conveyor Welder Wheel Tractors, Farmall Type Yo Yo Pay Dozer Asphalt Plant Operators Assistant Engineer Barrier Machine (zipper) Batch Plant Operator, Concrete Bobcat Brokk - Remote Demolition Equipment Brooms Bump Cutter Cableways Chipper Compressor Concrete Finish Machine - Laser Screed Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure Concrete Pump: Truck Mount With Boom Attachment Over 42 M Concrete Pump: Truck Mount With Boom Attachment Up To 42m Conveyors Cranes friction: 200 tons and over Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) Cranes: 20 Tons Through 44 Tons With Attachments Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments Cranes: 300 tons and over or 300' of boom including jib with attachments Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) Cranes: A -frame - 10 Tons And Under Cranes: Friction cranes through 199 tons Cranes: through 19 tons with attachments, A - frame over 10 tons Crusher Deck Engineer/Deck Winches (power) Derricks, On Building Work $69.16 7A 3K 8X View $69.16 7A 3K 8X View $68.55 7A 3K 8X View $68.02 7A 3K 8X View $69.85 7A 3K 8X View $70.57 7A 3K 8X View $71.26 7A 3K 8X View $69.16 7A 3K 8X View $68.02 7A 3K 8X View $68.55 7A 3K 8X View $68.02 7A 3K 8X View $68.55 7A 3K 8X View $69.16 7A 3K 8X View $65.05 7A 3K 8X View $68.55 7A 3K 8X View $69.16 7A 3K 8X View $65.05 7A 3K 8X View $68.55 7A E $x View $68.55 7A 3K 8X View $65.05 7A 3K 8X View $65.05 7A 3K 8X View $65.05 7A 3K 8X View $68.55 7A 3K 8X View $69.16 7A 3K 8X View $68.55 7A 3K 8X View $65.05 7A 3K 8X View $65.05 7A 3K 8X View $68.02 7A 3K 8X View $69.16 7A 3K 8X View $68.55 7A 3K 8X View $68.02 7A 3K 8X View $71.26 7A 3K 8X View $69.85 7A 3K 8X View $68.55 7A 3K 8X View $70.57 7A 3K 8X View $71.26 7A 3K 8X View $69.16 7A 3K 8X View $65.05 7A 3K 8X View $70.57 7A 3K 8X View $68.02 7A 3K 8X View $68.55 7A 3K 8X View $68.55 7A 3K 8X View $69.16 7A 3K 8X View King Power Equipment Operators- Underground Dozers D-9 Et Under $68.02 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Drill Oilers: Auger Type, Truck Or Crane Mount $68.02 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Drilling Machine $69.85 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Elevator And Man -lift: Permanent And Shaft $65.05 7A 3K 8X View Sewer 8 Water Type King Power Equipment Operators- Underground Finishing Machine, Bidwell And Gamaco Et $68.55 7A 3K 8X View Sewer 8 Water Similar Equipment King Power Equipment Operators- Underground Forklift: 3000 Lbs And Over With Attachments $68.02 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Forklifts: Under 3000 Lbs. With Attachments $65.05 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Grade Engineer: Using Blue Prints, Cut Sheets, $68.55 7A 3K 8X View Sewer 8 Water Etc King Power Equipment Operators- Underground Gradechecker/Stakeman $65.05 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Guardrail Punch $68.55 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Hard Tail End Dump Articulating Off- Road $69.16 7A 3K 8X View Sewer Et Water Equipment 45 Yards. Et Over King Power Equipment Operators- Underground Hard Tail End Dump Articulating Off-road $68.55 7A 3K 8X View Sewer 8 Water Equipment Under 45 Yards King Power Equipment Operators- Underground Horizontal/Directional Drill Locator $68.02 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Horizontal/ Directional Drill Operator $68.55 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Hydralifts/Boom Trucks Over 10 Tons $68.02 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Hydralifts/Boom Trucks, 10 Tons And Under $65.05 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Loader, Overhead 8 Yards. Et Over $69.85 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Loader, Overhead, 6 Yards. But Not Including 8 $69.16 7A 3K 8X View Sewer 8 Water Yards King Power Equipment Operators- Underground Loaders, Overhead Under 6 Yards $68.55 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Loaders, Plant Feed $68.55 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Loaders: Elevating Type Belt $68.02 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Locomotives, All $68.55 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Material Transfer Device $68.55 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Mechanics, All (leadmen - $0.50 Per Hour Over $69.85 7A 3K 8X View Sewer 8 Water Mechanic) King Power Equipment Operators- Underground Motor Patrol Graders $69.16 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Mucking Machine, Mole, Tunnel Drill, Boring, $69.16 7A 3K 8X View Sewer 8 Water Road Header And/or Shield King Power Equipment Operators- Underground Oil Distributors, Blower Distribution Et Mulch $65.05 7A 3K 8X View Sewer 8 Water Seeding Operator King Power Equipment Operators- Underground Outside Hoists (Elevators And Manlifts), Air $68.02 7A 3K 8X View Sewer 8 Water Tuggers, Strato King Power Equipment Operators- Underground Overhead, Bridge Type Crane: 20 Tons Through $68.55 7A 3K 8X View Sewer Et Water 44 Tons King Power Equipment Operators- Underground Overhead, Bridge Type: 100 Tons And Over $69.85 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Overhead, Bridge Type: 45 Tons Through 99 $69.16 7A 3K 8X View Sewer 8 Water Tons King Power Equipment Operators- Underground Pavement Breaker $65.05 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Pile Driver (other Than Crane Mount) $68.55 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Posthole Digger, Mechanical $65.05 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Power Plant $65.05 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Pumps - Water $65.05 7A 3K 8X View Sewer 8 Water King Power Equipment Operators- Underground Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King Sewer ft Water Power Equipment Operators- Underground Sewer ft Water Power Equipment Operators- Underground Sewer ft Water Power Equipment Operators- Underground Sewer ft Water Power Equipment Operators- Underground Sewer ft Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer ft Water Power Equipment Operators- Underground Sewer ft Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer ft Water Power Equipment Operators- Underground Sewer ft Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer ft Water Power Equipment Operators- Underground Sewer ft Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer Et Water Power Line Clearance Tree Trimmers Power Line Clearance Tree Trimmers Power Line Clearance Tree Trimmers Power Line Clearance Tree Trimmers Power Line Clearance Tree Trimmers Quick Tower - No Cab, Under 100 Feet In Height Based To Boom Remote Control Operator On Rubber Tired Earth Moving Equipment Rigger and Bellman Rigger/Signal Person, Bellman (Certified) Rol lagon Roller, Other Than Plant Mix Roller, Plant Mix Or Multi -lift Materials Roto -mill, Roto -grinder Saws - Concrete Scraper, Self Propelled Under 45 Yards Scrapers - Concrete Et Carry All Scrapers, Self-propelled: 45 Yards And Over Service Engineers - Equipment Shotcrete/Gunite Equipment Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons Shovel, Excavator, Backhoes: Over 90 Metric Tons Slipform Pavers Spreader, Topsider Et Screedman Subgrader Trimmer Tower Bucket Elevators Tower Crane Up To 175' In Height Base To Boom Tower Crane: over 175' through 250' in height, base to boom Tower Cranes: over 250' in height from base to boom Transporters, All Track Or Truck Type Trenching Machines Truck Crane Oiler/driver - 100 Tons And Over Truck Crane Oiler/Driver Under 100 Tons Truck Mount Portable Conveyor Welder Wheel Tractors, Farmall Type Yo Yo Pay Dozer Journey Level In Charge Spray Person Tree Equipment Operator Tree Trimmer Tree Trimmer Groundperson $65.05 7A 3K 8X View $69.16 7A 3K 8X View $65.05 7A 3K 8X View $68.02 7A 3K 8X View $69.16 7A 3K 8X View $65.05 7A 3K 8X View $68.02 7A 3K 8X View $68.55 7A 3K 8X View $68.02 7A 3K 8X View $68.55 7A 3K 8X View $68.02 7A 3K 8X View $69.16 7A 3K 8X View $68.02 7A 3K 8X View $65.05 7A 3K 8X View $68.02 7A 3K 8X View $69.16 7A 3K 8X View $68.55 7A 3K 8X View $69.85 7A 3K 8X View $70.57 7A 3K 8X View $69.16 7A 3K 8X View $69.16 7A 3K 8X View $68.55 7A 3K 8X View $68.02 7A 3K 8X View $69.85 7A 3K 8X View $70.57 7A 3K 8X View $71.26 7A 3K 8X View $69.16 7A 3K 8X View $68.02 7A 3K 8X View $68.55 7A 3K 8X View $68.02 7A 3K 8X View $68.55 7A 3K 8X View $69.16 7A 3K 8X View $65.05 7A 3K 8X View $68.55 7A 3K 8X View $50.96 5A 4A View $48.35 5A 4A View $50.96 5A 4A View $45.54 5A 4A View $34.51 5A 4A View King King King King King King King King King King King King King King Refrigeration 8 Air Conditioning Mechanics Journey Level $82.51 LZ 1G View Residential Brick Mason Journey Level $58.82 5A 1M View Residential Carpenters Journey Level $32.06 1 View Residential Cement Masons Journey Level $29.25 1 View Residential Drywall Applicators Journey Level $46.43 7A 4C View Residential Drywall Tapers Journey Level $47.17 2P JE View Residential Electricians Journey Level $36.01 1 View Residential Glaziers Journey Level $44.15 7L 1 H View Residential Insulation Applicators Journey Level $29.87 1 View Residential Laborers Journey Level $26.18 1 View Residential Marble Setters Journey Level $27.38 1 View Residential Painters Journey Level $27.80 1 View Residential Plumbers 8 Pipefitters Journey Level $39.43 1 View Residential Refrigeration 8 Air Conditioning Journey Level $54.12 5A 1G View Mechanics Residential Sheet Metal Workers Journey Level (Field or Shop) $51.89 7F 1 R View Residential Soft Floor Layers Journey Level $51.07 5A 3J View Residential Sprinkler Fitters (Fire Protection), Journey Level $48.18 5C 2R View Residential Stone Masons Journey Level $58.82 5A 1M View Residential Terrazzo Workers Journey Level $54.06 5A 1M View Residential Terrazzo/Tile Finishers Journey Level $24.39 1 View Residential Tile Setters Journey Level $21.04 1 View Roofers Journey Level $53.27 5A 3H View Roofers Using Irritable Bituminous Materials $56.27 5A 3H View Sheet Metal Workers Journey Level (Field or Shop) $85.88 7F 1E View Shipbuilding 8 Ship Repair New Construction Boilermaker $36.36 7V 1 View Shipbuilding 8 Ship Repair New Construction Carpenter $36.36 7V 1 View Shipbuilding 8 Ship Repair New Construction Crane Operator $36.36 7V 1 View Shipbuilding 8 Ship Repair New Construction Electrician $36.36 7V 1 View Shipbuilding 8 Ship Repair New Construction Heat Et Frost Insulator $76.61 5J 4H View Shipbuilding 8 Ship Repair New Construction Laborer $36.36 7V 1 View Shipbuilding 8 Ship Repair New Construction Machinist $36.36 7V 1 View Shipbuilding 8 Ship Repair New Construction Operating Engineer $36.36 7V 1 View Shipbuilding 8 Ship Repair New Construction Painter $36.36 7V 1 View Shipbuilding 8 Ship Repair New Construction Pipefitter $36.36 7V 1 View Shipbuilding 8 Ship Repair New Construction Rigger $36.36 7V 1 View Shipbuilding 8 Ship Repair New Construction Sheet Metal $36.36 7V 1 View Shipbuilding 8 Ship Repair New Construction Shipfitter $36.36 7V 1 View Shipbuilding 8 Ship Repair New Construction Warehouse/ Teamster $36.36 7V 1 View Shipbuilding 8 Ship Repair New Construction Welder / Burner $36.36 7V 1 View Shipbuilding 8 Ship Repair Ship Repair Boilermaker $46.15 7X 4J View Shipbuilding 8 Ship Repair Ship Repair Carpenter $44.95 7X 4J View Shipbuilding 8 Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View Shipbuilding 8 Ship Repair Ship Repair Electrician $46.15 7X 4J View Shipbuilding 8 Ship Repair Ship Repair Heat Et Frost Insulator $76.61 5J 4H View Shipbuilding 8 Ship Repair Ship Repair Laborer $46.15 7X 4J View Shipbuilding 8 Ship Repair Ship Repair Machinist $46.15 7X 4J View Shipbuilding 8 Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View Shipbuilding 8 Ship Repair Ship Repair Painter $46.15 7X 4J View Shipbuilding 8 Ship Repair Ship Repair Pipefitter $46.15 7X 4J View Shipbuilding 8 Ship Repair Ship Repair Rigger $46.15 7X 4J View Shipbuilding 8 Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View Shipbuilding 8 Ship Repair Ship Repair Shipwright $44.95 7X 4J View Shipbuilding Et Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View Sign Makers Et Installers (Electrical), Journey Level $50.90 0 1 View Sign Makers Et Installers (Non -Electrical), Journey Level $31.52 0 1 View Soft Floor Layers Journey Level $51.07 5A 3J View Solar Controls For Windows Journey Level $12.44 1 View Sprinkler Fitters (Fire Protection), Journey Level $81.39 5C 1X View Stage Rigging Mechanics (Non Structural), Journey Level $13.23 1 View Stone Masons Journey Level $58.82 5A 1M View Street And Parking Lot Sweeper Workers Journey Level $19.09 1 View Surveyors Assistant Construction Site Surveyor $68.02 7A 3K 8X View Surveyors Chainman $65.05 7A 3K 8X View Surveyors Construction Site Surveyor $69.16 7A 3K 8X View Telecommunication Technicians Journey Level $51.07 7E 1E View Telephone Line Construction - Outside Cable Splicer $41.81 5A 2B View King King King King King King King King King King King King King King King King King King King King King King King King King Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Terrazzo Workers Tile Setters Tile, Marble 8 Terrazzo Finishers Traffic Control Stripers Truck Drivers Truck Drivers Truck Drivers Truck Drivers Truck Drivers Truck Drivers - Ready Mix Well Drillers Et Irrigation Pump Installers Well Drillers Et Irrigation Pump Installers Well Drillers Et Irrigation Pump Installers Hole Digger/Ground Person Installer (Repairer) Special Aparatus Installer I Special Apparatus Installer 11 Telephone Equipment Operator (Heavy) Telephone Equipment Operator (Light) Telephone Lineperson Television Groundperson Television Lineperson/Installer Television System Technician Television Technician Tree Trimmer Journey Level Journey Level Finisher Journey Level Asphalt Mix Over 16 Yards Asphalt Mix To 16 Yards Dump Truck Dump Truck Et Trailer Other Trucks Transit Mix Irrigation Pump Installer Oiler Well Driller $23.53 5A 2B View $40.09 5A 2B View $41.81 5A 2B View $40.99 5A 2B View $41.81 5A 2B View $38.92 5A 2B View $38.92 5A 2B View $22.32 5A 2B View $29.60 5A 2B View $35.20 5A 2B View $31.67 5A 2B View $38.92 5A 2B View $54.06 5A 1M View $54.06 5A 1M View $44.89 5A 1B View $47.68 7A 1K View $61.59 5D 4Y 8L View $60.75 5D 4Y 8L View $60.75 5D 4Y 8L View $61.59 5D 4Y 8L View $61.59 5D 4Y 8L View $61.59 5D 4Y 8L View $17.71 1 View $12.97 1 View $18.00 1 View Benefit Code Key — Effective 8/31/2019 thru 3/3/2020 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key — Effective 8/31/2019 thru 3/3/2020 Overtime Codes Continued O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key — Effective 8/31/2019 thru 3/3/2020 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 3 Benefit Code Key — Effective 8/31/2019 thru 3/3/2020 Overtime Codes Continued E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 4 Benefit Code Key — Effective 8/31/2019 thru 3/3/2020 Overtime Codes Continued 4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1'/z) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. L The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. 5 Benefit Code Key — Effective 8/31/2019 thru 3/3/2020 Overtime Codes Continued 4. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four (4) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two (2) hours of overtime for hours worked Monday -Friday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one-half times the hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage. U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. Benefit Code Key — Effective 8/31/2019 thru 3/3/2020 Overtime Codes Continued 4. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ''/z) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5 -eight to a 4 -ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid atone and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. 7 Benefit Code Key — Effective 8/31/2019 thru 3/3/2020 Overtime Codes Continued 4. Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Holiday Codes A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). E3 Benefit Code Key — Effective 8/31/2019 thru 3/3/2020 Holiday Codes Continued R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half - Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Q7 Benefit Code Key — Effective 8/31/2019 thru 3/3/2020 Holiday Codes Continued D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 10 Benefit Code Key — Effective 8/31/2019 thru 3/3/2020 Holiday Codes Continued Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. B. Holidays: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) 11 Benefit Code Key — Effective 8/31/2019 thru 3/3/2020 Holiday Codes Continued 15. D. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and the day after Christmas. E. Holidays: the day before New Years's Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day. (12) Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. S. Effective August 31, 2012 —A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 12 Benefit Code Key — Effective 8/31/2019 thru 3/3/2020 Note Codes Continued 8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100'- $2.00 per foot for each foot over 50 feet. Over 101' to 150'- $3.00 per foot for each foot over 101 feet. Over 151' to 220'- $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 13 Benefit Code Key — Effective 8/31/2019 thru 3/3/2020 Note Codes Continued A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) — 130' to 199' — $0.50 per hour over their classification rate. (B) — 200' to 299' — $0.80 per hour over their classification rate. (C) — 300' and over — $1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 —A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. 14 Z w p N _ CD U a N O co U O F- E Z O U � O U a OLCLIJ �c IN CQC o m U z Lu o � o a � o � J °6 W W � ® p Z I— w p w n Cf)2 \ W E ^ Q 2 �V O //,cin/ N I /� p I..I_ W 4-0 m �Pe OCO m N f ® /1 F u1 ` S 3A H18Z v � /�� 1 S 3A H181 w y 0 LU OONQo, -- S MI I H1% AMH OIdIOVd �IL1 P /'J 1 V® � d x l w z 0 > IleN �` p/ S3AV ISI 9 w 1 Z O o CiJ z z �o N ;, wo y— ®00 — ® ' Q MSld— m 0 L)y S3Avls�zJ�J�� z z 12 LL Z w O CL J z GUO GO_ w o - OfLL »E. U 1p _✓ DL m i 1055 o 0 0 o i o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 e h m o o m a w h v o rc a r a r r r r r a s Fl r r a¢¢ F f8 0 z z a s woo "OOH o aa'< oF S`o o o,00 0 o z z N m K w w u < LL< LL y y z (� (� W o Q Q F 0 01. 0 �Tnow 0o g0w1 0 0 0 0 � N hlgg m W W C a o. v _ aim mo w L c www m mw� d QiU �LLci m�� z _ w a ma w w °° z w O U p m O w F w 2 yH Z� w Z O W Z U Ul¢aQ-� z y Z W K p U U U 2 ¢ w K °O U > W K22 (7w F�r f g a F z m a a o v u o W° z w¢ 0 x m a N z z w w z z Nw- ?m w¢ > » 3 ooN my ah o wz Q w o a w o z o o o 0 0 o o 0 0 0 0 o w o ° g g w¢ a w o = r¢ u H Z Z ° U 2z�z°z°zz°zo'o°a°a°a°a°a °aa�a°a a°¢0�000 0.. a N���m°x>3i l M'i i z l z z o o a a n 'a a a i a a 5 a rc rc rc m w ai rwn h r°n N w m ren m y vi > 3 i za ° >b z w z ° w ° U N ° r z 3 z w m r w w a LL LL z w rc a 0 o ooyz� Iowa z w,m°, yo a u ° Fj ~ahm F aw a K z m z p LL? w w W w w¢ y o ¢ c7 0 U a 2 z- w Z u? g aa�w °zo�W¢ozwm °z ��xxd'-wo Qo3zs °oEoa°a-�? mOa �_° z i w >> Q? ci w o o m a w H o > z z LL z oUcgi°vvvv'm oc�u5w°w .5 'SLL�¢LL~°x m°x d 0 . F W ~ Uro SOY °0o ao www wgLL�o a a v c c w w u w x x i 9 w z m w w w g g w Q- O O? O�® x O I 1 a z z ° w z Q o [� i w a 3 w o 2 m w w w a m w w o U 3 o p F rc ¢ z m m > LL u z rc ° a w m 4a z w 3 w Z W W J zz of ® WO *U 0 m w O ©a g a l O� Y ;o; w dwm oo v aiiCwOo C w o hw ° o O °a O ao x iw az zm aZN urNu ° < z x v z w 3 3 32: a 7 ° a ° i ~ ~ y 6 U U 7 m O 0 a x � 3 o o i a a w g 3 a NN I N O O M 0 U W N� QL Z IL p J Q w W � Q m _ m Q N� 06 I..L ^� �/.�j LL V 2 LU U J Q J, U o N M O a N O M Qm U h o M x J U / I N W ' Z w WF a U o W ------ z� REDONDO WAY S - _1 6TH AVES izo N /l <3 D �j Zm oya Y 20 Z 7 Z m 20 LL UJ O fp U I >- hcow H � 2IN a U) P •• > $\\ \\\ Q \ N — \ I 3 3 i z 0 ¢$ - Z y .� \ oizuil I p �\ \ z o p \ a V. o cl < \ /\ o z m a \ a' �Q zz °uow oN�o a z � t a�� '2 twilWz w¢ Ux w NN Q¢UJ FIZ-O \ 41❑ az w� w�� o¢3ow zQz 3wui aw w usw�F 3 ¢ 9 o z`� >x m~o w°asp iop o"' \ •V� m zw¢s'o zo�z ��°o'� a°mow z z' \ !. a3�a X Ny' d5 Qo�oz ¢J rc Q UZ hw �Km HOwl Qt°//O¢ _ \ LL..O a ¢ow e =aa s�-q iy °wo¢ \\\\ O (1) >0. w" aUz >d two �=NwW 'zaoa <�vi.LU„ o z'm zoo �j¢ s�zo '049 a$�F \ %\ c; ;,. 9 z r'bz oyo¢oz �' T LL �a �� �0�3 �wLLoi n°_° 6LNJLlIII' 'N�I530i1ZIAtl�M3d C01YIH'aYlS Ytl id W.fl S1S1�3fOtld1S133tl1S1�N 0 °o NO � U U_�F 5¢ �J F• MJF° zgx 3z tt a ° ¢ � dz ao a� �� gw° O 2Q O O >j ?�W wU ttd °wX 2i �>z��NW �� Ka Ow0 0 3° 3w 3�>Nz zw y�o N i z- 4", K`n _ ° UO mN'Kln Z~ Z W mK m O � �� cpm °a a J F � o z � rctt oa LL mm 3 °oil ° �m �o3m� iwaw� m a oma° °1rc �rc� ° z N V O O co mm to �o SOQw ° Nc wa'wzz o°mzo w o w6<w6 www i!-H, aF } m w v� w baa° za g �+Q°wwa >wm�= ami-qa w�� ° k zpog w�ma w w x wa a i p ov aQLL Z ow¢ ww-$ $� i o�x'gaw� °<°� oo�mN� o-ww wz 0w Rot wzo of a F O p U ¢ lz Z 2¢ 62ue ooai�o rc w0o¢� aiw� �- Fw.00 o w w m -M oz w mm w w owe O Z m U ,E Q KN- P d=u ay a 3w w oo U awa z0 mo INz jw O�WO oowww m3 w o aO ag�3n c�� - ��z w =w aami 'o �''� Uz °w AK wwow oaFo rc O p� rc w. w �Qu �w'-' ? a as u� 0 gm¢ ° Q LLo� W zm vow J o wo< ��> >wrc awaam�o ;, _NOQ. W2Kan aaz> °wm ow�,o x3 wx z aZ°- oom W dam°~mLw z� 7 ° �O w wWY ° ¢a6° O�m V>> KFC aF °o Ez�'a- YHV 'ate" =�K¢wwm jw°Fm moa z°� pH >O w o> `�G�o mz U> 6Z0 marc -H >¢ o3" z~m0 ¢WW0 ° > �11 V U ¢ wr wmW� mUz oz sz �U¢ Kw °OoOo rcw aO a Uw_¢pa<¢ > SmK° 3�c�rcKa Ua¢�aa awz KIw R NW>Zz a u`�zrn § mz 5a _WoZ� > Lr w z 3 m Z. m �w y mo °s 5 Q f.4J LL O Y U J LU Q � W U D a H Q sf— ?>>�o° w - Q 3 Of O w o a Q 3a U W 3 o 2m ¢ '^ n`Aj o 1 Qz g �a a > > u'ei J' Z LU W H J a ;a aaa¢a m�mv�i mm 00000 J -0m O aFaaa¢ r�i�m yl�i.wm y K z O m a z o z zo o a a ° zm ay "g T v w w W, N W rn Nm° ^ w z J =� - wz E as} F m a 01 � > rc a z -� Q- � a N >7 rrc � wzCIO) c� � � zo3 cN Wiz- m z wN owo zzz- j �y m g �• F moo waa o<�< �w a > COL iQ a c Lcwn_o ow a� W m Ow O aao C i ma> uLLD 610LY1111 "L`+a'StlY13QLlMp�M3d'.�..'. -i-. _.....:133}llS N 90 SNINV>J0 33S 3NIIHOiVIN rt N \,LO 0 1 U r' r' I o c• i 0 W r.: I'. U f� 0- Q p I ' M1 I• d aQ O Q I I I I } 1 1 W < o 0_ I- 1✓ I L; �¢ooQ '/'� Q /�•. W >a paUgx \F OaU O im z�mm� N 6i d 3 zm Z Jm w �oz5 a O I O <Q a mua� Q zL l^, o W zN owf oo ^^ mo a w a� LL F `I z �� m w o m nowuw a 1 m w rc w n o 2 y m ttw > > > > cc`u' za w ww p0�a&w (n .I "� a v uLL ¢ tt rc aovmio� Q I F VIII � � o0 00000 � I �4' a oF �m w m =o 3 = IwIwo� a�QU =° wo NLLPiI I 1 j i� i'CI w WWOW W. ¢z x w Oya 1. = pati O �Oi -mw wzOu •1 - �' C J C 5 Jrm UJ U' — �o a;� w _ ��z o 11 I _ hy' Evz �a tt�j -� 1. o¢�¢� c�a mo NUa 2 2 W 0m U adz z"8 O2Uw O r O m Owl a a' w Fwoa 0. aw¢ �o� °tea y 'owm >ow 3wo z¢ Z rQ o ommw m a N= N o=w= L� h uaam u amu 4 ZO L' m / - I! 1 III H F m z J LII4 I '• , I 3 r. m 'UI I Y I 1 II C a o too j Lcw�w � m vo woo Tr cz S 1c, 416.4� v U � • j\ •I I I l I 1 gI I o�T I % u � I I I tr I w Q U z a2 T Q UU U J n I I I I f jk` I io 1 1' 1 I 1' II r'. r. I w toz=� x� UFFQ woz �Noz� zz wog ��o JO z � o O Nz r I ° W zo a L r I 2 y n3 N? ¢ O Q -08'. m °��g wiowa w 'o'o o �oazd w wZ i 2 w a 2 s °zi�w NFA ozwi 0. 'u VVV I O LO w i. I U) I I _ I m i I J.' I 1 l' I / � F S1d4144 t� I C1, S. Nill ] 335---. a r 0 OW w o z 3 0 n I� w w _ a m w Q U z a2 T Q UU U J n 3 o N K d � � I I Swy io rc1uw wm I e o � o w toz=� x� UFFQ woz �Noz� zz wog ��o JO z � o z_m app°¢ Nz r ow$a5 ° W zo a owoo rc �az.a 2 y n3 N? ¢ O Q -08'. m °��g wiowa w 'o'o o �oazd w wZ i 2 w a 2 s °zi�w rn 00 00000 aQ Vr 0 OW o � azo m aF 3 zxz ado �z uo ¢oy i <0 x Swy io rc1uw wm F'I-i'- N�w >o w az z ��wQ w x' J� a oNa w �z3 x� Boz Qpm woz �Noz� ws� wog ��o wa yoo O = °opm owz ttU2 o.?a =Z zoo' o°5z z °_z °��g W ttw Op >wU Qw V�w �vrjyd n o°mow �a HU¢¢K KWON 'azo < NFA ozwi 0. 'u N (D O N p co x •Y�m O a3"< �O �Rff L c wro �awvo �'a W C x OLLU 90 `JNIMVHO 336 3NIIHOiVW J 1 I N � I 2 � �o I t of w I it ' - II I I V i z m mm`m 09'9Lwl vis la NOUVA3l3 pZ2_Q ~� mdUO w WI u Z m�¢O V ¢ wo w0 mQ K iz�o F aO w U0. mo Ua f o om o>�aa zw rr > x a o a uw ww a � a wy (2) S 8 GLOTMILT 8 MN'— 8 I S Id 446 LO 9NIMV80 33S 3NIIHDIVN II I I I m I I I I I I I I x O I0 V NOIIVA313 9'bfb `J3 m L'SCO `J3 L'9Eb E- 3 I n 9'LEV 93 0 6E6'J3 U Lo N o O a Nn co � m o U W i O Lu J_ LL o Y 0 Lo + J rn Q a o Q W M Q O CD Lo � Q � H 0 F- 0—/) < U) N VJ LIf r� v ) b aUy °whFo � maw y W w � W z za>a� WJai O z w w W— O Z m¢>p H 7 m oo �iZU'H H W V O� Ua WN Zh _C y N m U� UQ >o� zQ o f7 FSa¢ ?rr r22r ) K�O�W a a D o�rci� a D S U i m'? UN UN a c>uam� a II I I I m I I I I I I I I x O I0 V NOIIVA313 9'bfb `J3 m L'SCO `J3 L'9Eb E- 3 I n 9'LEV 93 0 6E6'J3 U Lo N o O a Nn co � m o U W i O Lu J_ LL o Y 0 Lo + J rn Q a o Q W M Q O CD Lo � Q � H 0 F- 0—/) < U) N VJ LIf r� v ) 0 zs gp o o N rn o O M N mrc Nwz o y� x� OLL 3 � o "-r Zf mp www a a = ¢Z ma UW° oo UONp> H -- a❑ m 3 ¢a a w U F UZ Wy U K U q m < h ui �. ggx au z Fw uNr N N z =°w 5 ` O p o rc ZN w Y �_ iow gza �oQm r g4 ow J Q f w a a z zRzw a z W moo_ oma¢ oaz z rcw w� 0 o��a No°a °a5 LL of _ um ua W �oLL a LL U N m v N o Q L7 U) Q Ofa v/ kre m o� 0 U N a 2 3 a Cn %Os7 Q Q I LL LL � I � r^ o vJ g a U mem U N AO'B O 2 O w z O � z � o w � > c EE � w a o �F r8l -00 :rc � .F� UNa %05L d w U LL j U a Ci p w °WZ O Q m$ ~ a u O %B'LL N - rc I +7110 9 wo < g 1 KK + N _ N w o oQ o z o a3�3 z mo L o�w aF a "a Jow� vF r LL� i Oz 'T LL o' s,�„e�,�, �•��a���,3A ��,��amao�<ou �� �.9� �,��,a��w�,� aaH��,u o N O O N M � o c7 z 3 aU LL µrUILL L pm a r U LY t�/roonyv c^ �f cn r Q w N � Q lo U fa i7 Q IT N �1 Cf) .0a'6 V (7 O Z O u / z O w o w m z a o p _ oa'a of U lw U 6 %aS' L �. y.ssa. U 1 lo a W J w� n = x x Ia p ti H K r o 0 %OS'L = �- w 2 o iJ�'l N ru Q w g Z Z o 777777 wo rc a@ Z � K� WU p OF O� Ox oaU %OS'l u ie xj W (� m Z U O awi�i _ • � '¢ - (� U U U o � 5 At aw°Ok o w W � Z LL Z ° �= �z ow <1a gF8 �f 30 �o �W. z 5 ELL 16 �o �O >- � C H.9 4) O �. ='' ¢ >O> Vl 2�iz Ky hdyW J OZo > 2 .I 2 F -K W FO y KU aJ iU im o 3W� U °rcua U 5= z� ¢a� OUQ Z �U�Y a¢ �OFH ~ iO OFW- U�U pOZ Q WG: Z'z °m'oU F ttLL zm koz m °zo oaz w��o W-. w� Uiiu NO¢ °¢S WMI - UU¢ WOLL U w� og U i I r 0 z U b n e . �..i =i r e e o _. —E 6EV En < II' u F w 111 N ) ° UI�I:K� Z > � z Q 0 p > 6'6M'J9 O Z O n W w 8 9'lbb `J3 I w w m � I r o W 1 � O Oww I; c6eb �a 3 YLL + a w 'zO O z U) 3 N ^ Ti, +Q 2 O� C $ W �3 Qo z�w °G 2 Q aQQ�a� �O KmU L REV DA a Z O° 3 WU � 'O .. O W � l WOx C o zh a I I U`' M I � QI V/ I li , of UI�I:K� Z > � z Q 0 p > 6'6M'J9 O Z O n W 8 9'lbb `J3 Z- � o w � Z .... z w w m � I r Q U d � O li , of C II 11 w n ,; w w m � I r w U d Oww z 3 a w 'zO O NOIlVA3l3 3 N ^ 2 O� C $ O Wp a� �3 Qo z�w °G 2 aQQ�a� �O KmU y Z n L co w"w w O° 3 WU � 'O .. O W � l WOx C o zh a 1 :11`U �U U`' M W 77 - I _ I I i I I I I 'I V 1i I I ti I I I I I I l I I I I I 1 EL I �N zN aOUy j� m� tr = Z Z m O I o I J U dF O ga oda wo U w H O OR N (n W I m O I w 1 II I I w,z oU Q lu I P: a I 3 N I I � I 7 a S�d436L N� ol�<� o I " VI ONIMVNU 33S 3NIIH31M Q W U ow -> �LLz W r caw° Wo N Z U W Z = or r07 Uy 2 O z wON OK dF O ga oda wo U w H W vJ~o N OR N fie? J W az.O v~wij w,z oU Q z ar o P: o �d o a -log= a ZN s �N N� ol�<� o �o � m d 23 z ZZ N; I IT ZiiE 03 FEFE � m n � Z'ZEb'J3 U✓ m K a d N H o BZW m _ ? F �Z� y >_O Z 2 � I ,. I Z EE9'J3 N _ _ o fJ W'N 6,6 e6 �Im NZZ Iy ZZO Z 4'SE4'J3 11 It L'9E493 Z'fi£b'J3 a�>Z U w 0 W J d O O J � � a a� �F- wU) 0 Qo C- LO 0 W r Q Z a <� DjJ l \\ Q - R & a \-.� G ui � \ Es F: &> - ;_:/ > } w O 2 � Q D � \�---- ■ |f � \/d 40E ■-0 �`®( � \ N § � � a w o yow wz an z�wm Ja l 9 n aw<�Ao 'a w w °w 30 UO N jllW ° J F OQZam Hm 4QjO�WKO xx w ¢ J WKKtt� XX w 3 wal-I-, xx J rWOOQN FUm a moo�a SL ONIMVLO 339 3NIIHO1VR I 3 � ole S m za xU U w¢ � I ° Z U N Oma" m LL� 3a < wO r �o OO ZO+bE tl1S N �f Q 3,I 0 r 1 co ez+Ee bis 0o so+ee vls m 00 oo+ee vls 00'oo+ee vls Z TVM N193E o �1 '03 m 0 °w z W Q L+ E'a L+ze tlls n LIIVM OM3 o i' LO+LE tl1S OI m J 0 eo+Le vis oP OL+OE VIS m< SM VIS ON `1 SZ+OE tl1S BZ+OE V15 � *� L IItlM NIU3B ¢w v _ $ 3 m. NOIIVA313 U W 0 a J'o Y LL + Q o" as 0 06 0 z�- ao 0 a O L� J M r Q r Q 0 U) _ i Y oa6 r I I mp -.z ZN Z Z ow $ pJyrW�JO ��Opw�0: wcum�o°w . jW z a UN r U QW �W ¢ FC? .Zvi U °UJ -xOK(�Z � - j �CUm�ZZ °r OwOjp a a< aN <a z9��rxtt oz z 0 ro� er° wr �.$Fa O O O 00 O I I 3 � ole S m za xU U w¢ � I ° Z U N Oma" m LL� 3a < wO r �o OO ZO+bE tl1S N �f Q 3,I 0 r 1 co ez+Ee bis 0o so+ee vls m 00 oo+ee vls 00'oo+ee vls Z TVM N193E o �1 '03 m 0 °w z W Q L+ E'a L+ze tlls n LIIVM OM3 o i' LO+LE tl1S OI m J 0 eo+Le vis oP OL+OE VIS m< SM VIS ON `1 SZ+OE tl1S BZ+OE V15 � *� L IItlM NIU3B ¢w v _ $ 3 m. NOIIVA313 U W 0 a J'o Y LL + Q o" as 0 06 0 z�- ao 0 a O L� J M r Q r Q 0 U) IL r I I Z a 0 ul 8 sl '-7 I I I -1 0l Iv E I 3 � ole S m za xU U w¢ � I ° Z U N Oma" m LL� 3a < wO r �o OO ZO+bE tl1S N �f Q 3,I 0 r 1 co ez+Ee bis 0o so+ee vls m 00 oo+ee vls 00'oo+ee vls Z TVM N193E o �1 '03 m 0 °w z W Q L+ E'a L+ze tlls n LIIVM OM3 o i' LO+LE tl1S OI m J 0 eo+Le vis oP OL+OE VIS m< SM VIS ON `1 SZ+OE tl1S BZ+OE V15 � *� L IItlM NIU3B ¢w v _ $ 3 m. NOIIVA313 U W 0 a J'o Y LL + Q o" as 0 06 0 z�- ao 0 a O L� J M r Q r Q 0 U) a¢ o r mz ow h N J' w U°� OW 4W Q �m ° y SOQ Yam iQz�a� w� y x UW j �ozw��UO O O Z ?vwi0- x zaw-m Jz� H aW=gym o m z ow a woumwmm y wWaaw 3M �w aw U w� h � a'wo`�" oc O w � awm;Q� Xy o� z oo Fa Nz oc v �J 3m ar a uJ 3Wau�3c� P� rm zy 6LLNowoz a a w o°��w xx� rc uF za a zJ �o mozz W J WU¢Kj-mJi xx p�m N7�wK I mm ¢ xx J o3 ?3 WwrsUFQ w ilm rmoo�a om 3 " I I I 8 i I I II I I z3 wa Wwo °aa a< o.0 I � a _ I O -Z " al � l ily Z oa �_I I �= _ Q I III '0 •I � O li I � 0 Q I I U I. S�d41L1 I r •� T tl UNIMVN. 33S 3NilH�1dW ZQ I I IW r„ z3 wa Wwo °aa a< o.0 m.�l O -Z " al o I a� N011b'A313 N � O N r- M w o U w N� LLI LL a JO Y L—L + Q O M w 06 o 0 z� CQ Lo Lo 0 a ,It J M F— Q H C/) CO DA� ) CA l2w�� E R o\ }\ }\/ \\}}} \1. zo ,§ a tom.«^2 W - z O � 1 10 (( - \ ` E| q \ \\ d L ± O C k )r � § 0- 01. ~ 2 . _ Z/ C/) \\) < \\f\ \ z D C/) , \ > 10 z :S w. »^\\ § ! §w § \ �`� ® §£ - <(/ �� ( \ § j - ) - - i§ .z wo ' _ .- ° �!{/§ §� - §]; - § ! # 2 9! .& - 2y� \§ \§ : § )\ z.&zj - z >, na±T,(:0§: I !)\( | \ )/. §/©/) ! \, \§ Col �i: -©�� w ]x!2 !)( ® )mo : )\ / | _ - I : , j E (� \( �} ( §(§02S \ \z\ LL � � 9L G 33S 3NIIHO1VW SNIMV w Q N z N I I wap>w z33a � U o ¢� U N=Q WO C 7SlL�W O Z z U m I I � fl a�w=m= a LL W Q p0°Ow(�tt O yN I` 2 ]>aza x� h O �axg¢ UZ �� ~ O OOa daFr �U WZP. W I` O N Uo z° a NQ�o w� w�rc w LL r ottaam3 °Um ?z zmpm zF dim i circ ^ LL O w a Y LO + Q + maw J � I'I I iI H9 a r Q 0-0,�O aia i F w Z H W p U)anmza <z'a w �QUF p I d� F Nam 7 poi; ¢ 00 3m ooa k gLL K O Z °�° U�w U �vwid z om o3� w So oo$,ia°w zo pZz c Ln C O I I mF �w�are w ? u;oio i� aQ z€z y G O =ama< �W I I I� r JKV i iR¢ Im-�» m 20 mF mF pmo3 mp. wUr°UU U me ww w- >ai�LL ttOU YUCJai FO ZZ �❑ is 1I���jj d OU 0a ZUQ p N r^ aawww r3cai �a aEw.-' a� VJ I H 2 I ■■■ �.I 3 laal'wnnl }' _ S3H3NI 'H313WV10 z w tY r o H ff �Wp� z Y� dmf m �1-p O Z '�" 1` o;<w o > zN wm5 `gym o r� z° -r w I _ a a _❑ Fwo mK w zog m2 Um fAa U) Q¢�� 2 W2 �W w .a0 ymW w ~ Z zLL¢ z) 2 O o m 4a Emz a y s °� III �I <� vin° aaz rczQ >w how z�'z > z > �I i LO 6ma xm zwi �F < �I Z° Z° oso fa3 aow 'o a yz zLL z z a 3o -c- m3o3 e po❑ LL, z w awx wpw r00 Oyz p y WZ2 zwd 3wd 'o=> 0 J rcaw oio r-oo3 0 --w �w z Z6 KOn Za Q- U ZN� m?w w ¢55 coi �a �s �o°w z oz� mzo a - www al <,— Q ZGN prc Z mzr.axn'6m .mow a oz °z�yw Um Om x0� pUZU z °Z U¢ZZ oio _ ❑i - oo mol- E _YUO - moa �x-w 0 wo ra o rc axx �z ¢ a - U F-r UOVZwj Wsp mz�w OLL�z2 _ a U rc cn of m wo❑ 3w> x ¢ Fo w> Zdx KOOz XOZ6 m 3 'zoom � w c� o _ a x ''. � ama uuw a a?3 w m e �n m ❑ I vui w � � a I I 3 ja _ Ftt,$� _ U - m J 13 3 3 3 3 3 0 W. a o o m ¢ F ()w i $mY U F � O Z Z � C 2 a � O i 0 -- (o co)- mz �. I o I L C wNw �0, _o zi ->w5 -Id i C, t Or w, a;a�3 W c 3 V ilio 3 S 416 U 01. I Z �_ Lu A n L LI SNIMVUG 33S SNIIHO1VVI �jOQ� U O � _�QCU j U cql w ry ow LL rl =zu� rN ziI LL�ZUrr m o' <wanm Ui, ZOadorSw OUF n � o � rc. `awowMo 4z � N' zzQNmz zo o EU O U U�waOW -F QNOa��Z ZU Q U W O Of Y Q + Q rn Z� W 0 p:a 0 U) _Z � � � v � J la— � — fn -117 Q U) 3 N rn o N M � H o m U y Z 6 71 Q j W H . o a o � 30z ° ¢>O K2O QmH z-� 3xz fa awa "1 JOz °x�' LJJ N°° wrm O OZ 133HS 33S SL+bL tl1S 3NIl HO1tlW wo Um o wix>a a LO I O F O i m W T ,�yFaa1 Y + Z s � J Z r ar pad Q Q Q 0-. > J H w aww >o _1 O ILU �3rWO�� 1 0 _ � _ I 0 >zOgO-w0,2 Q O Z J��aJwJ Z w OQwmJ r� LO I I QOzI-QUQ V + O Q3 m �— I Cr LL I JI > Q N5 '� z o � (n I mz x u w vX� a a 2 za ra 'z. w o of - I oo az zM ~ oQ '-Z vM WU III Zo - w� xo a VJ 29-0 N 9� zz S aw lu o o- iaw o rc 0 U tt U¢ NU OK jZ 3z aw az - oa awe mo �r - $ wo -�z I{ U Z °U� 4 m xa Irl >U FC ro >m >Qy YX Uw I rgW QZ Zw Ow OO -m - O- O 6r0 °O O� xE 1 3gw �w ;� zu wo �. z _ uoz rcz yi z� rcw m0LL yv o0 o ui 2Ka 3 SU -O WS �� C7 WO H I aaw - wr 0 zo wo iJ 05 sm yz- zo ai oF- xm oz ra rcm w�� - - z O I 111 w ? Fa of �0 3 a mz ow w w ¢� xz Wr oa �z r zra x oo ya owo 03 z oaw o3w 8.u �� �z '6 .°�a aLL ap z °? ow z-Oo oiw 4°z zo y _ two zw Sz zz u zm, iz 65 w y f7 oow 'a -°°� oz o�w 'o LLw > > o�u Ups zLL �w r 3« 3 J J Z �a0W ow So w \ I r� 3 w Z arcm uao oa �m of ¢Oa ¢z ar; o LU m n w [z - U) I �� c - f fz rc 5a FLLo a z z� o I ads°N �° < o ° I awl m _ � s �o m � z � �•,,-r` mo �a mz a Z°o Wi z NU H, OwzWr r Z~ aa_� Hz 3�h oNa�w °°m z a z 1. J m uumi <r z 2'.a'o z� » - I awa NwdJ woo F0?zz-° - o NLL I I - - OrrnF hw aw¢ WO O. j a a U ui h W°o w oz - J r J3 0 0 zww Ja w I I O°w �O Q¢o rq°� - W z w > g z o 0 0 Jai Sitz �d ¢ UZm°� -- riJ Kw ra j h z w_ O I - m tril (7UJ w.tt ¢ I NOin OiOZ rv� WpQ mZ�ZW O $Oh OO �� Z p W _Nz404 -�❑ Z>Kw w0 NOO in 59F Z W O Q OmZ �wWUjOO 3ij �% O w Oj O� Q XwW 2UQO a0 FJW Z ttww y2 y LOU °0 w I _ w xZJ mw ¢ >aLLcxi - szw j° WO OW w I h0 =Wr6 ZNz m a I p°> -'o wrc r�u oz° oz a o wzd 3 z e I woa w y° °oz o 9#{ i mw� Z. dao a�N�w ru o o4w w°zw >> z z J woo zqua opz o� a a z g zw zo w_ WWw u3z °2 a °o w a¢�a aay a�¢ °wa vQ ow a ama uumiw z� u H QXa Ui Zoo >J P. waZU'r ;� KBO >1m HO O W I ZW�Z zF <O O w o_ U¢¢ U xNr Z I/I ^y4 m3u Ow O WO O Z2UgZqZ �WJ�Z5,-; WO zoa> g Nz2< m¢° of UgQ Zr¢ m a - N w _ °zwa o ooz wwo , ap , y�Q im axy �.w 75Oa °JomQ°Q °�z =o m S 3 0 -.0 w 0wN 2m LL C O u'.zan w a wF Fav' ouz ¢?owl m vi 3v ooW rc`Ai 0 o O �a3�3 I J3�a u 'Z. z�� oxo zo3mrc mzo °mit .0- 0 3 mx N w 3 o zm� wozy zwJ LLwO�w g°r> o° ` m a�= z L cW o ��� y o¢az zoo° zow ao°z° O www I w zjJ za o5xow °<z W z' F° �a > w A �N o zz�w� zz°so mNo -zz c°izo u s �O 0 z w oa I {I z ro^z a oWozi oaf ?rye oa�w3 zo _$w oa F� r ya Caa3 _ z O ¢ z uc yj OF m LLW ww rrz N� ~ z�wz h �u°v0iz =N° ° w ° wx -x o L xi °z U�U,m, y ? 3U J0 z a _ w Nw��J wW`3 m°tl Nz0eg » '> °a- >; a� I oo�w zowia zip ozC� E°zs II rn omnox o xw� o o'ry� oxo�m o° 1Fo wo c oy z aur '� oaa>o o>o o� u¢u�? rcuu?� u zm x �I 0 =I O Y Z (7 I � o m N odwsroz 103NNO na31 NI annd dzs (00 sav3F f f ols vnd -In= ' (05) S°b3F m NtlILLLS343c SaH3H 3lOIH 3/�. (b LkSCZ QNI 3dti 1031303dA3 (bL#S°Z) 1n9 HSnd O3d salvo door I (ea)wmilm m I Isn) a3Anod � (02) 301Aa35 53HCN1 a313wv1a " C I Z o N O O Z,j N m Q > ° o � z a j I I�� o tz I o o�o ami V— �.I 5o O�w __ o< 1°o =mow W f' l gay wo Q —_ -� T ,• ml owe-a=� � Lo o:z3mww O + LO I r�FLLmaw Z � owwm co �w yaw g' 1 Lu , w z S Id H166" J w w<0. Z Ln z- + -J a w- 0w� m<N w woN o 'aw ww (�n l JaWz 09,o m Q i w w wad w o_ o x Qm7U >W 6 w r0 FOU LL waw i >p zuWOzoLL� amh n7jc wOF¢ �¢p z 1 1 ° z w �a 2UZ n 'w> 6. >mo-0 OJO° of > w� w_�oz 6l 133HS 33S 5l+ql V1S NIl HOiVW O >� oy g � 3 z F a o z I 3 m ¢ >� zFZWm mw° LLJ ° o p a'a�) a» =U'. m 5YS 6LL o LU VUW~� IQ� mi �' w N w > > x r sm�zz ow E Y r Y U rc _ a ul z a `VNlil `JNITJ O o (n 2 - n — m O ° a Qui Fwr~t� OJ° Z� KKm Y KF ZD Q z FO mg C p x FO z O •�1A�.v��. a0wa �w�Z r� oQw OVwzm ?a O C= m a IrawOOoFow 6rcWjoZ��°--Ww°n� Z�mUzW a°Z'QmQDm OOVaz— FFa>>¢JOw zzj0r Z 0- w0 °m O= < °Om qaa 7zoFva1a 4PJo oaa oo =z > wd Wti Exw - wzj x W 2 FW F, O W O ZdZ SIFZ ".6 (7 vFJF V'ZU'°UJ O�� 41 fLF F2 J y w 'n Y W z j� O F W Z �Z w ¢ z'. a y d coy a<oo -o wwz m oww �zz ° z Wo wF o > o w cn �Nz �z a >LL¢W u < "oo of p a r �Q ma a > a o� J ° ¢ a °mz ma a oww �ao3� oz w Num a,� z5 i x °° az z m w w rc�wo ze how °U°o z20 w o> �J oz a w °¢ w� °`O °' �o w NWw zizW ao r�N zzaww mNz a zaa �° °o 0 o z °o zw '.< J moz m� w a >w-u F F w° z wN a o woi7>wa r zyo 3i aim -,Pg xQ¢ "¢ zw YF Wi wm m w;oa o3 m °F� J°�o 00 °z?� ��Fz w�° _ m°w ow wz z m c mr; an ° z fO i °N wm wu >"mwa wQo o Qa ° F ow or u moo vY,° Q woz �Fz� �dF Na° 3°yzo �Oz y o6a z�w o0 0 0 `; Fz ¢o as ow wUW am a ° wma waw ° `°� °x ° z �o k H. yam w�N 5°`�-'>>mr ?ow �` gra o�w z, ��y 3� °< F aF mga zN mo > Ua z g aza g�`zoo ;c, y°o aoo r azo w� wwu wo o w °ra zu zw m �w wow xx arc 9M z 0Nuz �zw r<rc °¢ w. °oy uoa o Fz° yz� wo v irgn uw' d> °2 w'- wz aid am zp zoyz w��'a' OPa °ad -arrow zma N` a- Uw3 w0 - N z'a� °wo. -zz m w'zL wWi °zaa ° °°z wwo zf�°a aoY�> x�a i� °oY w>z zz z y "o< mw i, zo ww moo "z °z 'V ja �Fu z �z��^� awi oauaa you �� omm wwa -`� g Y aOz nz rw w zQ oQoo °zaw a ra-Yww Farr ��z aznwp w°z xu °Ow oa az w ° oa-Om wo 3¢ P, I< Amo ��� ash msF z�z ¢xo z'II?u m uux u� - z a °r> F °Z mF 0w o v mm 8- w- ww Qo_ w O zo zz° mN N w umo F° > p0a �w oa o wo zow z'm 000�w ooh zo Hz oxaY w o zaw F� zn jz zz rLLo as o I. w Zopz aOw iiCN wU0 FUS Oz °a�0 ¢LLO ow °O ¢ U W wQ.� Fu tt~ wO i¢ �i0 m? 03 A,�omW w ria of a oa`� W �mFpw ° zw o�z wao z� o w ~O oou or °ow J� mo xJ a W .o os LLo w a o°` zio mFa wF oda m� r°s a�w ° > z �ma Jew °y as �a oja mLL aw dmwo z a`�" o za�zM mzo -O?" °z° w> >o wo '° z z m3m �zzO< oz om aw o° zw p A' NQ�� z �wm� z 0o3 'oao dry° �zwm3 zzs �m °w� aw°a �� 1. m 0 z zzo !irc ,z zz zip uz °o �Wa ci O a iw z. w-woom �° i °saw4 - w 3°z uz o°1= wa w� w� og- mw� �o 'a °z o� oow �o uld IiC� U zow W UUrtnO jmQ jim U KKU axW 20a 5w-1LL wW ry4 t/1 �a K� z2 az FF Ux <w V w� ° rc ma Fwo>5 - �� °w oz? q�qw q° �rca °� wLL oz wwF wg 3�wz z Fx��� Nim N'J zao� » a �� uo> Qa° >� Sa 3a L`� ¢ oW z° o: m 2z N z>wu� �Q Frya ooa Fz w o xa o° Y 3 u ux r zz> z� m °wig z� z'oz_F wz0 uwo 0 o Jia oa w> oz Jo°m J -'o v� om`oi w ozmww oww oy oaorm oo iw Yo w wo 0 of w Z auF uaa>° u>o uau�? muu zw ?Frc u ¢m rcu rcu uw z ami+ uao r rm ur aua a? au 00 o O O UIml = 000 M e 6LOzrol; l l Exp NOilb:l033tlWNOIS?I?\OVON3d [o111emapis ptl ld pee0 S\51�3fOild\5133y1S\N w oa N O rc N M ztl No ffia1. N dz a11 o 0 ltl o ,D -,LI as ngx 22 � FO OZ � wLL 0 _ ow w ❑ _O ❑ zo ^ M W I L O wo LL r �< � woo a m W 0 ¢� U K (// ui s �I -Z Q J O W N Q Q S y u _Q L.I. C <U l a $ �S raN LL < < o i z wo = a Q oo G a Q SQ w w h o C� ❑ ¢z-❑ w z k m f1m � m Q ag�E w Y & W < azxw o I cg ❑ VJ NNO a m i r m a ❑y c g i N w¢�vOiindi m z 8 �.O2 1�+1 O � 0 Y � _ x ❑�`O �Z OZ cw c❑ U `� ra �❑ w Ntih F `� 1. 0 O O cf �LLv I Kmww W W �7 Z - 00 n Q Z O 5 Z Q W. I o .0-.01 s K 2 W V ❑❑< > - a -=Q CD S Z O-Oow w �, �i¢y- Z Z Q < ~ w 2' C ❑ w ri Ozv U' >m sF O as wa❑ 3> Ox Ox w FF p wm.zi 3z ur cOi�¢oW 9 O z� �'�mo5i ww j pC °i LL w Z .� wm zx �� z o zw:xx r'zn= --w mF a w Jo ❑K X ylZWvl —�—� nI Wp N U U ~AUX W HK TT <.. tnQ Zy W Z Z QQaX �w�Or Fa �tta❑O = 3�° oam ro a ci h y 0100 0 0 oc�m=� m0 w o 0 0 zow a zQ NS �Fw z w > o _ No m o mQUww w > rc m w �• ❑ w� o z a n a rn a O J wa '0�2� DO rN H a0 z'Zma . -. C. <az x x 3yPy 2 in' awom� tom 8Q �0�oP° a \ z Z LU O z Q ZO 'ZFz p ?ter 3 0 U aoo¢ tl o O Z f a3 zoz° w O w o , >ga c� -MO iao <LLw l > i y o L c w o Q�wB o.oz F a o> o z ❑ � O o W LL a� Z i F w a w N m..o ayiz z�F `moLL,w a w w 0< w z❑ p��>o� �Yku ?z aye O i w j z❑ 0 y1. C ia3 ¢oak w z o§T J w> w n °a a v a i> OIiU vmi Oz HU iUW¢ Z ¢ Ow O w°w� a a a v m t Z� USI r ._ — (( C6 Owak Wa aw❑ w aw BLOZIpLILI'6x0'Ndltl]013YlVpY.115EL21RC�N3d [o1MlaxaWSpy Id uaep SSL'l3fONd15133N1S� M ❑ 0 0 o ❑ O o 6 U6 E o m b S �. = m m a� U J � � m LU S o Q � m a' Q Q a � � m U) J Q UJ ❑ U Z O a ¢ za m W W (� _ a a O �d �z y �C m m N m wa o m x x x x x x x o - - F �W O O O O O O O aDNIMtl 033S3NIIHOiW4 z w > o owa rowai w ° o� a �� a oLLvariw a�nn�pz `~w im a N N Ce) O�ZaU_' rq O OKmKo �W MR: w more aoaz r000a wazz u: Za o M 0 or= o wo owa`� ooaw 3 wmN Kowo wV0> ¢�w?w K" H zaoWgni Fyw mp-� ooNarc ozw �a z� °� w ouzo owaa zwr J JW Wwowm m—.w z��d ms m rc O oo-5 uw�iwa ¢r z raw -yr> rc5o5mo �zmaz ow��w;coy gg o w w o >d y m 3x Fwz rcwaZ wam�ym sw3� zm�cwi=z >; mio z zz¢z Si=o « m�za �opoo oNa�zs o zo .3ai w c� mmNmw w >o w�3m U zea v, �¢w mLLmz Owwjp wawwrr o0 owz W O owu.w� zw�vLL �3 3w� a¢z o�o,� c� o�mo °o>o1i a5 .u� awo�m� �wlwt �awo_< Norc o�>5 Z umwwm �a❑zh EmNmm� zopar aamuao 3ra 8 M N /Q a Zo LO Y _O K ❑ m i m z W r z J < T I. Cil\ 2 m Oa W mQt O Q z p K OFLNI /V// i p mo U' r O rc�o mw W LL U) am r m ��w O W ❑ w a-, H w ¢ 3'U w Z g g 2,E gr wa Oa Q W m adtt C) W J wi as i �Q gF i mWc°iw prLO o + �O W OE O 2 1wQK I..L. O ''�%m0 pw K ww Oz 2 iJ w a0�� w0 w ❑¢ oo a �� aw❑ _ < r�z wo Q Q z� w m o g < rvJ U^ H mr y YLLY� I..L Z °❑a ao a� y� ttorc w mww m rrc v m�amm acoi Q U) Z Q Q o U) w m N N m m o f o_ �z ga �Y <� w mw o = rc>z �j'w cw W Y fUq r«4x)63 Iw/!� m W Q U °a m 00 5� N 2 O w O wz m w -> Q a � p 0 0 W J j t t 2 � U O ❑ ❑ r > p O w > � O Q C: �C> v a mO wLoLL ❑ W m vo LL d v Z C i � u LL m m �<ma >> oQC P WLLS (7C 2ro a wy a gym;, u �LLzw a��zwvi rF 0 Qpmo� 'o¢z xOooa °azz �uwW�s wg °ui Ox�m OQ2°y¢ 021-J� U-'mWa ZQOWJ�Op K N ¢OQZ mp0 ¢���w �OumOid� Oozw z� aa0 w oozo r°Jam °�a�m wum-� mwQ1W � o �r U FW K Z gp<< zNho=r wgwgmQ io'o,wwo a>a owzs w w° azo° gguvri J6 m«uiQ 4w m°Qzg �aaz mamaw� w�n3u� zm�LL�w a>3 zo W WSmZ rp Zo�OWZ Nm?°O o�pNir pui 3f 9WN �� o -m 4 o.u�w ?route z°z°mm ��iwa>wzW' ��w 0y9�-� faazm z�¢ �l- o s � w z W w z r w a g w �wLL o rc oz o = Fo < �J N o z p o�� ��yy� .1.. 2 z- r O Q¢ iy F Z i w ZUQ >rpo OUm W vii Ja inLL = a r g Ougm mr 1 O 02 Z a txq m ly W m Way g3 W U OX Q N KW 6 �� �Z W > p� Om O CL WZ as w i° W tt0 �I1.j✓ j W 2 H W 3 j W (�j m g 'U vri ? ro T r' >+ u oz 2 ¢Q m (� wa a wa Wo x as °_a zoo m� omz mo Q r> w m ru NFw g am d r ° o mx pOH OyWj NN Im-K U mumVOJ gpU I• �I I Wei•rid ZZ ONIMH210 33S 3WHO-LVV4 f� I \III I I 1 I• �I I Wei•rid ZZ ONIMH210 33S 3WHO-LVV4 f� U o N V O N N M JI o w w Q m a 3 r s = Ux LU mZ2U W w mJ LL mN j 0 m w a�z Q x w LL w mma °mw mmw �z a 3- /� wop Uo o Jrc r w mz mk I..L M. °H, wow moos < ur ~ w5 Nw =o= o 2 z Q �r� w �� w w �_ �o w p °pw 503 �� oa rc o as .0 0 32 mw o mo °uo W °z °m mx - ° ° °� �& �' W rc r m 0 LU Z75 U z C) U) cr 0 Z z Wm J _ W= s 2 m 20 uj LU MIN .9 J m Q o m u Q Q a�-mi °� VJ °O Z W w U W Zr N F. mN O O d °m F. az. r0 pU p a yQr z a> o W° O w Q- Ox w O O 2 m arae 50 u-�b�..o J m -z° wog Q w ! I °p�v~iLLwa ~ LIl O z ° P LD �I Ali SEwoh¢m C7 z a ti Z' z °Wm z o z�OQ z� wo o a -> O IL 1 y R Ti'1 m o_ _ -1, aopzc�m mz°p° w 1 waaaa°ww = w 1 1-i 0 > w - U) ,w w z� Z °s rc 3 wz Q o s z m m a UU ma w 3 p 5 W S ❑ �v r z1 -- w U O0 ¢ O Iz � a = O w O (7 W O > a ¢y m 3 u i > a3�3 R L Q w��w LLT N "z� c a � 'u:L U sro�ar,,r �,__,I�_3�,� o, ._�so„IB�aPISPa.d4 ass�_3�oads�33ys,� I i O J Q m r r r r F T ll K K K K 1 mo I Nw m ag � I z NH 1 I m fn I 1 1 1 I I 1 h I � 1 l I , r r K K K r r r r r r r K K tt K K CL K K K r r r F T ll K K K K C N ry < m N a < N < a b N m V N ry Y a co z._�z g o caw w N l!) O N N Cl) � o H W Z O Q J a aLO Y Zr- J OM L T Q W J U) Z O U) Z o Q UQ •V m ��3 0 aN> �o �mx Lcw-'o - o W W� Oa N vLL.0 a co z._�z g o caw w o Q o m = fZr�11 V 0 M s zi LL -p o y z= O O O O O O W W O W W O W W O 6 O N 0 N co >> 0 0 o -.Q o o> w o I w w w w w W-0 w ¢ ¢ m H U rc I I w w w w w w �m 1 a a n a z_ w w z w- > j I a z ti z O m O _ c r c o z ? i? 0 5 o y w o O w g Z w ¢ t y o rJ 1 L1 z O w x ¢ a r o u °w y° am n 3 W I a o 1 w w z; y 3 �i w O F W X W U t > W > w Z O ¢ ¢ w – w w Q 1 wI j i Z } z � $ NLL w LL O o m a 3 y y Z O Yo + Uo �iw r r r r r r r r r r r 0')w p J a w« U' u o � m _ o a o m a 1 e o�<� z m o ❑ zN _ ~ W w wuw� �w x o� w J O 0 w F- m m o e - - - - - ^ ^ 1 r^ m Z ❑ I - -_ z _ 2, W Z rw m z J J J �z 1 ° wwrw I �g m rw�go ¢ IwII���III 3 w z=zl, z W p U Zwwao.w = - m W i Tl z I °s c C x �_ ooMao Z 2 owx �/� I Fz r 3 wN 1 3w� 2 0. VJ 1 w p w wmxz r r U' x U LLzw W A0 ° S xN II, � z rN�� =_ =ow W I Z W m LL LL w w ozwz 0.i¢ O yW. zr a d I Q j a m w p W U w F Z w Oy Ca Z° w°p� ZO W o w °w ?a o ww an m p U a > N I = u m ¢o0.- C z= Z r> W U' y 1 g x 11a� Z Z g ZI- 1 d g OJ W 1 O m ZUaw w a^ O a U� W w Z Z z m i KO wW¢` z m ZF Z �a W¢? ❑ Q I J -.0 w J W H h U a LL 0 0 O O (9 J a u3i O z rttoz r 0.f, r ° iz w zrc i a Q W �j 0 w Z III �w� oiN Z U= w 1f/iZ� mO U Z -W, U❑_ w O W Oa w m� w 0.F w Z OK JwU �O�w Z O Z z C9 W G- KO O Q 0.110 U QO _ U1 J o WZ Z Z Z_ _ fL O w owz `^+°w awJ C7 .. m e = e <m 3 3 3 y W Io +❑ y � �e �p :— zz o a o �wx Mo o ° oa ❑ O ..c , n zz bo o0. w I f -.I r I�' $Q Oz n� J f y N z 3 o� �w v m �mw w � J_ r + ❑a= x —L ---�- Hill I'll IISFu) w r w U W 6 W KW W � a K Z iV - x j l` = s x J OZ • 6� 0 I a ¢i m0 0 FC 6 Y SZ 133H533S SL+EL tl1S 3NIl HD1tlWyg;!z ` ,_p,0 O L T M ',osML TOM C 3 0 zw � Omwww CL!,i Jaz �0 Nww 3 Lco LL �� �J-wzo z' Q� N SOU OLLU m elualelnl a..-....,.a. _: i. ,..-_�c.l Ps aye- ass_o3roaalsl3an>scv m U o' N I� O N co Z yw ala II - va pi w O O U Fz Q U F -a n CL - L7 r J o m N r Z 11 W - _ W W I > Lu Ei o Z _ �c�w �i3F p FLL Q - p Q y ~ W J � -- W U Z w °��a Wm� z _� w W Q =ixz W 7 a ^ LL o>w a�y z a U O�/ J I z w�� 'W Z o=LL _ 'z _ wow o` zou s - - 0 0LO J ` w > UZK W U_ z g m Q O w E O z w0 OOy z LL W LL U U) Q � o ti � e € o N LO N n w cl � I e Q LL C7 < LL CD r Q I. z a m � LL �0 � F- I I y U LL m m o O Z0 � /� N j J r¢Q w m Z awm? H co �CC I w m W a F ui� www a4yz < C a iwa � LU Z m 'go ay yo vJ I �o U I 0 w z U _ y ^o a 0 O - 2� gry O Q Uz Z I wpz y w F� aw d � N I Oa¢ Oz _ U w 6- K > W W DU2 m a a a~ w 0 w- a ow Z O 2 �_� r U O �r rw zz K ao s OFF OU 3 oz w< w O p SO K1. w > w C F ¢ ¢ ¢ ¢ uw z LL X40 UZ U UO ¢x 3� �w o a ~ OO z - yU rw s� w Fvwi O v m OWN O¢ O?F �= z SW a� w Std416. Z OQ3 uwi?� ri S¢ I. N¢ �O m ^z mv=i I' c w W w w 1 ,,...,....I Z p s = J a h i o Ngwr N a o 0 0 y Z z O ¢ "Z .0 LLa� J oo> Q r` zU_' w O a ,zooa w> I p O O Z ¢fJ y W> iL Ww r Ny�U� } g Lu o 0 0 I Lu ',1 1,$ OUSw O 1 J O i g mF W Im gt S 3 J O a LL O w O z < r- c7 Trl Z LLl➢ O {I S I 3 w �a 2 z Z , 3 O5 LL U = w 1 ILLI I II a rg � > Fa Z K 5y >r 2 7 o LU C>o !l1 1 CL ® � ®Daryo A N > o v v�U M o �c�w �i3F o o3°i w °��a Wm� w =ixz a �E�E o>w a�y U p N 00 O c pC'4`o u� �w rc p 05, w Xh a` V F,y o = £ £ a P Nm a - o 0 0 y F Z 11 W Z~ C5 W o 7 o FLL m a J U L NwLU W Q 3 z_ a w J /QL/ J Z w rc V ? r[ /L^C0LUN Z ow o S;LL 0 om Z Z �. N W _V 9 Q `n LL O I I VJ ��LO lw�/ Q ih Q V! = O Q C w �Y- � > �U-' U) V J 8 " 1 I I o � NO W ° 1. 1 (9 ¢�? F > z F, U O U ° U O a m - E O � F, _ > P. U b >- W tt g m0 K 8 o s - s rc¢ ap z 'I ooz y m a _ m z I-�u - m - w� w � rc o uLL > w 1� rc Wo= 0 3 ¢¢ m po w 3 w z o z oz < Z W. b y 2rc Kd Nz O Ol oam o a Fti -¢ <z mg C] < s a LLr o z ttm 3o mw ' LL. o oz o Wo w m 3a zW o� s� ° U ¢ Uw w w� Z 2O m� ttw �m a y m R ter' Off¢ NU '` x mw FN ° A Q g m m� J _ - or- r zw °w W LLw wm �w op } ....I w ZFm �W Z wdo Z W° hN 2U OR 2 O¢� 6K N?� QO U J2 Fa J¢ :I zi a x x p N v ._. `.� w U w w a a ° zg-m y y w rc o a z2wa� ' 1 U U p ¢ 2 FLLzmnm¢ a J wC �aoo I U • 'r11 I o o ¢_uzi�wa Z o m r-- .2 1 z W Q 1 3 > zwo I 0 - LU W w IJ K tt>� I ' J ot z O z w 0 Nw O ®II z • I. � I J mm z a (� Z v 3 v r ja u z o w U U � W U z °w F- r /511 L c waw ow T QOU �' u�LU SII \\■■��/// !Z ONIM"Cl 33S 3NIIHO1tlW O � o °� w U o LLz yh°o � e o X � � m w a F m y r _ II o w o 0 a IL r mu- m`a° ° ° al o�Ua �N�w f7 a W Z' ry �ww� zu3�o � ~',' i wIwaU <iws wUm (7 Ste, FN �FNw Awa 2>� ohms m � O I, i aNw� j�0 03 = a '� W Om�jQ �ai vaNi� FU y H�E� a�vxi s O n N N co IL w to :o _ o 0 r:o Y Cf) ao a s s s0 3 a a$ S� J Z e — L � € o e e e TI mLU W 1 I o m Q (n 1 (n I LL I o I LL i s e ao a0 3 "s 'se Cn 1 I I Q o 0 r e CO o o o o I o �d d j- o 0 o.0 z a o W > w o = I < a w n a i I z jo o o f .o o � � a m www 1 d—, Id €d =am _ o a o o e s iso o o <� n S e i 8 isO �Mw o L C wNw - Ro Ro+ RH I . R� Rm LL LL i �m S a p & v o R A v o N CV O O M co v v v b I � e r � e U e w a N a a oN O m _ m LU U LU o U) U) O e i ^ o v vp VJ Q m� e m U) N 'm e � o i Ja O O m m n m N_ � O '.LI R+ I ob O 3 Q o 0 0 0 0 m m m w O W U O W O Izu O W RN I RY R+ r O R+p LL CI N w > O d I � m a m e m m m m I p � 300 S-1 o O a a e g � 0,33 c iw�, c www X94 "ou p° p � sLLU ax� 'a N e.[... � I. �, i,.'i -.. ld�.G�lowgS Pb rtl veep S�SLp3fptld15133tl1S1M NV 6S 01 610Z/£Z/Ot 6-PSlIV130-S310N tLMYtl9t\l�11-00\sfil!- O\NOIS30\1111M oall(o S-IIM41191\lllD-10 610Z-9MZ-4119t\N3Aa U) W 0 z of LU F-- � 3 w w z w U` u m Aa'-- r r ohmF- 28u <omao' �= W� Naa mx V za w -.1— F-O W z (J LuW U) WU LU <g 0n J D 06 o_ _m �c�ic Wi_c w3 -z ico -_ a ao 3wry p, a x i 3 ww�o m o5 wmmY vi e 2<O m sao w F" Z w ¢ a �`a zoo $ 3mlxir n� w ow¢gQ�aim n z orc " io Q vxSu -ms?-o mr - m3m Nac SQ zz�ow� �owzwW s1 ; `-' -fig Lu > W U ¢a=3a qa W�o� W=a�0� n o oz o_ nen o i w O o� -- N Est =ao2 c5i`n2. �� _�� _ T pb Z -3,�_�� r -o = a=o = m oq m 3 o 0 F �siS"GW� io 's em �sQ �3�m X50 - IE EE < Iz Al $iwwN< - a m c a aw Z O �Op n 3 a¢nm - 1— cOi FAFm tsH a �3 CZ L LU C w F3 = O Q O ow a 3 i ;_ tom ;a� ya o q aaw�$ _Wa$ a=� ;xx o��w= _ z oN n= 2 2� w am_ - 2 3 - - a a - - w�a 9W w tom S� - *Es m - < uta m23o _ 3189 w _ v2i oo < _ __- --?3z xa_ :� - ��� < p er « V,,o� mwawa a <� Wk w 'Si S o sL €mow' - - - -<S ism x w �s -<- Ls 0 - _ �w So - C No p6- _ - on boa 2va " yz -_ _ -oN - o 3� J <sa - -p - - -- -oJ _ m a Wp V7 p - " Sows _ - - z - _ _off am 3�0 Na w > p _ Qc'i iO3� Nr- 6z n o�iw a Q _ 1w6m €o a paw��a �Ww ��<� - €w Qi21 - m� X03 p _ <�=a zte ;¢ - Z W 3 a R�o ooi �o'� - n - - w 3 w m om= m� of N S W¢N Q W <N z2 or wa.- - vw oQ�w ¢ a <- u -'n 3� _ _ -_ $inn" _a�� ZE - zw- am i-"im "o o�3iw wSNoo a3 W �a w a `a - ill ° z p m �S m sa a��- =�o p �a f Q aW -� w� nN oam=om W =`mom _ �' `_ <_ m aQ i� -,m w 3W u �S mow oarww< 3 anon Qo _ o�aoz _ zap v < �� 3< w w z '-' zoo ora �w -?aLLI W --� .- NV 6S 01 610Z/£Z/Ot 6-PSlIV130-S310N tLMYtl9t\l�11-00\sfil!- O\NOIS30\1111M oall(o S-IIM41191\lllD-10 610Z-9MZ-4119t\N3Aa ^ z a $ ap 45 osy s �k ?el wo - KW o 'mb' zo o IQ z° -5zzz�� aam--yi �✓rf °✓i vein in ��� �s'3330_aaza z�/f 6^ a oo� w- 4 <12 w w 3 u _ �Q 'rYi F w�ci iii 'm L M1 m N 39y � a. °✓� p�� F d gg og� u`+ z mNmw U �QJ w CO 1.,�a. ,w�, w(j LU N om - c"., a � � ; aL �rc Jo ma uFT' um . cw., Awa ,x �Lb{ �m<M w � ¢ J 0 V z `b¢F�w;�i '6c 3 � � u� < ii 3 a ry n e .n �c n m a r n n� af w UJ FZW K 6 a Q LU m a �0000---ww�s 9 w Q www www wxx 8_ ¢~Q a < tz t 8 W _ 3NOZ u= F 94�NOZE n Y 3dld _� �S �� c ;Z JSS N z 3 LLJ LU 3 - �m a F CD a -_ m_ O s a` a x_ s m � F r� l^ N w � d m m LU o H WO E D a — w w = o z O 00 00 m o _ dot W 1 z Ts $sm � t �CCb[[ 1, °�i V F6 z .. ,:. =?r a w a wit wa naR �gzo >vi �Qao aamd aYn goa x� m �o n wpm tnaa zw U < m m o y > c zwYi� �g 4 O m e I i zH \w iyg U z z \e a J m W E3i -C JJJ m=-z- NII. z .9 N1 .9-.9 - ¢ 1 - ff m a� dId a Ntl L9:9 6102/9/ll 6MD SlItl130-S310N IlMgll9l\Ioaluo0\s6uiMw0\p)j1530\'a7oM oaxofoaoS-IIMgl191\IIOD-u0 61OZ-91OZ-41191\N3ntl H3Ntll\SI03fO8d\'N a J_ Q W y r wW 3 �N _ U O O h n W H 1 L Q J G i Q Z O x W W W LLJW Cl) JJ D .6 d 0 L W W Q Q w a Q a z c F� Q W U Q Q Wks Wye w A so so o 0�o o LU C� J 01, 5 z a= wa Q L W so m U o mk' Q 0 V �z a� I " is S;5 ryNi "'r� &W�LLFm m N W 3 m W ms FX Q ° w mu _ o WQa o� 3 Y J so_ gigs<>OJ y '� Tmg-�' ® - O w_ vi n o a o �a O= H c� rm r o PIV 69:OI 61OZ/CZ/01 6MVSlIV130-S310N 11Mro1191\1O0i1uo0\s6u!"'U\NOIS30\laIOM—01030S-11M41191\II00-u0 61OZ-9LOZ-9119'.\n3AVH3Ntil\il)-r-id\ Y � 3 _ � W Qv sib- �_ 85 0 o iia - • $ _ W C7 11 1-*� s m I g 4 b C6D II N 6L'6fb E fBfb + tz. W -3i is tQ a a e wn a 0 U ; a3 w �ffia� o -8-- K TUU o� o •.. I � � a� a U O O O O O O O O SM 133HS OS+bt VIS 3NIl HOiVW _ � 3 _ � W Qv • $ _ W C7 11 1-*� s m I g 4 b C6D II N 6L'6fb E fBfb + � 46'bf6 3 qwC 89fb 31ON 3V83N30 33S 'H3W3 NIM _ZO BZ sfo � efe 1 W OL'fCb J LL IN NV 0011 610Z/fZ/01 b-P'NddNIM 11Mb1191\1�oiluo0\SbU!ADJU\NOIS30\)aIOM D—!DDoS-HM61191\Ilo3-uO 6tOZ-9106-41191\N3AVH3NVl\S173fO8d\ • $ _ m W 33 (60US) ad 1d HSVO S t g 4 b C6D tQ a a e wn a i m6 4 I te ,zw6>yg� TUU o� •.. I � � a� a 412 Q zo } -Y IOV �l o Z - a-91- ♦ B c, a o I\ � 46'bf6 3 qwC 89fb 31ON 3V83N30 33S 'H3W3 NIM _ZO BZ sfo � efe 1 W OL'fCb J LL IN NV 0011 610Z/fZ/01 b-P'NddNIM 11Mb1191\1�oiluo0\SbU!ADJU\NOIS30\)aIOM D—!DDoS-HM61191\Ilo3-uO 6tOZ-9106-41191\N3AVH3NVl\S173fO8d\ w o p5 _ w LL X, d Er who F�ma z$r^ c '^ W��' n z _ ^ ^ 7, z Q O w <mo o"Sk $ ao czio rco S X s g ¢w� " 5 po o� �J z a mea_ < W w W_ Q 3w � - o >� F 3 < FWOJ kNz 5 � o �'� k'zz nm W o-- F 4� o o z z r _ W =� W a�;� m w z 3 v z "`" w� 8oawo W� o" W aJ Q�: - w ir U) 88 W ..,� �« <Qo - J x o:LLLLI LU U)aJ o z O O x w�C) LU LU w LU W Q �p`1,1 9cztb/ ¢ z w d 91 MON 1V101W 335111 W Q ^ 1VOLL83N 1Y tl3n00 NIM ,9C - .�.r ! H i..) % W -Y w m<_ b ro 6osas s a il 8 `'' � �•� �� 08ld HStlOS _� ar *aHhf4 w _a CO ~< �3 rU ps� _ b0'1f4 � Z Q 5£9 Z w �I I a /I m I. x�m'" I• ai E3 j w I� ❑ w �� IL r - _. W BI 310N lYtl3N30 335 L22f4 0 & '. NIW b l\\ + l'9£9 - r r U) - nzrbd .poem uruvM Jr .s - _Wis� as 9lb 4' k J p O �� w 91 31ON 1V83N30 33S I I a _ 3MIM013 lY 8YO3 NJ" ,9t I e b III r I"e - I OCf£Y tj z ^ JI •� I ^ 10 08 !d HSVO S }7 w Z9'btb I I I I¢ - e �c 5V-.9 x3 I � 331 .92 IV � � I V 33s m Y n p W 13 NIM ,9t *3LZ9£9 O 3 w wm "& a \izvro - — �� — �sce sonaduvMauo avi 6 0 i M084 S dH'LL- SIXs='n31i _ _ _ •� I ^ 3 \ I +auger OOroh 9wt 69£4 - (60585) - I - eaxoa xi 08 Id KSVO S I I a SII Ila a ry 6['9616 voi bM 133HS OS+bI VIS 3NI1 HD1VM �rro N J NV 0041 610Z/£Z/OL bmP'HdddtM 11M91191\luwluo0\sbuimui0\NOIS30\+alum oaadouo5-IIM91191\IIoO-u0 6lOZ-9102-41191\N:AV—r 841T 903 299TH PL 29903 I m S 299TH PL 831 I i 515160-0005 `, S 299TH i15T60-0070' 9TH PLS Ja 519160-0073 915160-0069- 7 a oe 9 i STAGE 1( CHRIST'S CHURCH o` 941 S DASH POINT RD 052109-9092 1101 S DASH POINT RD a /osz104-9024 i SACAJAWEA MIDDLE </ SCHOOL d• / 0 30011 « 11TH PL S 51539 0060 3000\ 11TH PL S _ - Si5390 0070 W Fx 6- AC 30008 - 11TH PL 5 V - S3075.T 1515390-0060 3p - 30001\'-- �� 13TH AVE S 3D01111TH S \� 025300-0325 j 3011 .51"390-0U50 30007 11TH PL S 13TH AVE S _ I�, ornm o2s30a-o33o Sg - 30002 ��%%F \ pj 30017 13TH AVE S ---si \ �jQv � 025300 0335 y � 3001 2 300-0320, _^ \ 3000 �,✓ 30025 J 13TH AVE S 14TH AVE S 13TH AYE Q 025300-0315 025300-0265 / PLAN 35 70 140 210 SCALE IN FEET 1600 S DASH POINT RD - 052104-9016 SACAJAWEA PARK GENERAL NOTES 1. WATER SERVICE DISRUPTIONS TO SACAJAWEA MIDDLE SCHOOL SHALL OCCUR ONLY ON SATURDAYS. SEE SP 7-10 AND THE APPENDIX OF CONTRACT SPECIFICATIONS FOR WATER CONSTRUCTION SEQUENCE 2. CONTRACTOR SHALL COORDINATE, PREPARE AND POST LWSD-FURNISHED NOTICES PRIOR TO PROPOSED WATER SERVCE DISRUPTIONS AS SHOWN ON THE REVIEWED THREE-WEEK LOOK AHEAD SCHEDULE AND AS MORE COMPLETELY DESCRIBED IN GENERAL WATER NOTE 11 AND IN THE SPECIAL PROVISIONS. CONTRACTOR SHALL SCHEDULE AND COORDINATE IN ADVANCE, AND PERFORM THE WORK TO MINIMIZE WATER SERVICE DISRUPTIONS, 3. SEE SP 7-10 AND THE APPENDIX OF CONTRACT SPECIFICATIONS FOR WATER CONSTRUCTION SEQUENCE CORRESPONDING TO THE CONSTRUCTION STAGING SHOWN ON THIS PLAN, FOR STAGING DETAILS. SEE LWSD STANDARD PLANS. FOR CONSTRUCTION OF NEW WATER MAINS, CONNECTIONS AND HYDRANTS SEE WATER PLANS AND PROFILES, SHTS W4 - W5. 4. ALL EXISTING UTILITY, RIGHT-OF-WAY AND PROPERTY LINE INFORMATION SHOWN ON THIS SHEET ARE SCHEMATIC AND ARE SOLELY FOR THE CONTRACTOR'S REFERENCE ONLY. 5. ALL WATER DRAINED FROM WATER MAINS DURING CONSTRUCTION SEQUENCING OR PROGRESSION OF PROJECT SMALL BE STORED AND TREATED N STEEL ROLL OFF TANKS (BAKER TANK OR APPROVED EQUAL), PROPOSED LOCATION(S) SHALL BE SUBJECT TO THE ADVANCE REVIEW & APPROVAL OF COFW & LWSD. CONSTRUCTION NOTES O CUT AND CAP EXISTING WATER MAIN. OINSTALL TEMPORARY BLOWOFF(S). FOR AREAS WITHIN TRAFFIC / PAVEMENT, SEE MODIFIED TEMPORARY BLOWOFF ASSEMBLY PER DETAIL, SHEET W3. FOR AREAS OUTSIDE OF TRAFFIC / PAVEMENT, SEE TEMPORARY BLOWOFF ASSEMBLY PER LSWD STD PLAN 10. CONSTRUCTION SEQUENCING LEGEND S 299TH PL EXISTING WATER LINE —w- EX. 8" AC w _ W � EX. 8' AC w T/A WATER MAIN _ T921 1011 1029 1103 61T nam 1121 EXISTING WATER VALVE 1137 1153 299TH PL 515760-0015 911 1003 299TH PL 515160-0025 5 299TH PL 515160-0035 1021 _(. 299TH ^% -- 2991H I I C�iS SIAW-0425. -_I PL 5 299TH PL 299TH PL �.5 fi0 O�z_5_, 515160-0445 1147 11fi1 299TH 5 299TH P11 5.299 STALE 6 t))OSTAGE 2 'S 299TH PL 516 1 51299TH 010 51h50STAGE I H299- 12 13 14 15'�16 17 19 20 21 �— P OSEo a _: __ _,-—w S DASH PT RD CHRIST'S CHURCH o` 941 S DASH POINT RD 052109-9092 1101 S DASH POINT RD a /osz104-9024 i SACAJAWEA MIDDLE </ SCHOOL d• / 0 30011 « 11TH PL S 51539 0060 3000\ 11TH PL S _ - Si5390 0070 W Fx 6- AC 30008 - 11TH PL 5 V - S3075.T 1515390-0060 3p - 30001\'-- �� 13TH AVE S 3D01111TH S \� 025300-0325 j 3011 .51"390-0U50 30007 11TH PL S 13TH AVE S _ I�, ornm o2s30a-o33o Sg - 30002 ��%%F \ pj 30017 13TH AVE S ---si \ �jQv � 025300 0335 y � 3001 2 300-0320, _^ \ 3000 �,✓ 30025 J 13TH AVE S 14TH AVE S 13TH AYE Q 025300-0315 025300-0265 / PLAN 35 70 140 210 SCALE IN FEET 1600 S DASH POINT RD - 052104-9016 SACAJAWEA PARK GENERAL NOTES 1. WATER SERVICE DISRUPTIONS TO SACAJAWEA MIDDLE SCHOOL SHALL OCCUR ONLY ON SATURDAYS. SEE SP 7-10 AND THE APPENDIX OF CONTRACT SPECIFICATIONS FOR WATER CONSTRUCTION SEQUENCE 2. CONTRACTOR SHALL COORDINATE, PREPARE AND POST LWSD-FURNISHED NOTICES PRIOR TO PROPOSED WATER SERVCE DISRUPTIONS AS SHOWN ON THE REVIEWED THREE-WEEK LOOK AHEAD SCHEDULE AND AS MORE COMPLETELY DESCRIBED IN GENERAL WATER NOTE 11 AND IN THE SPECIAL PROVISIONS. CONTRACTOR SHALL SCHEDULE AND COORDINATE IN ADVANCE, AND PERFORM THE WORK TO MINIMIZE WATER SERVICE DISRUPTIONS, 3. SEE SP 7-10 AND THE APPENDIX OF CONTRACT SPECIFICATIONS FOR WATER CONSTRUCTION SEQUENCE CORRESPONDING TO THE CONSTRUCTION STAGING SHOWN ON THIS PLAN, FOR STAGING DETAILS. SEE LWSD STANDARD PLANS. FOR CONSTRUCTION OF NEW WATER MAINS, CONNECTIONS AND HYDRANTS SEE WATER PLANS AND PROFILES, SHTS W4 - W5. 4. ALL EXISTING UTILITY, RIGHT-OF-WAY AND PROPERTY LINE INFORMATION SHOWN ON THIS SHEET ARE SCHEMATIC AND ARE SOLELY FOR THE CONTRACTOR'S REFERENCE ONLY. 5. ALL WATER DRAINED FROM WATER MAINS DURING CONSTRUCTION SEQUENCING OR PROGRESSION OF PROJECT SMALL BE STORED AND TREATED N STEEL ROLL OFF TANKS (BAKER TANK OR APPROVED EQUAL), PROPOSED LOCATION(S) SHALL BE SUBJECT TO THE ADVANCE REVIEW & APPROVAL OF COFW & LWSD. CONSTRUCTION NOTES O CUT AND CAP EXISTING WATER MAIN. OINSTALL TEMPORARY BLOWOFF(S). FOR AREAS WITHIN TRAFFIC / PAVEMENT, SEE MODIFIED TEMPORARY BLOWOFF ASSEMBLY PER DETAIL, SHEET W3. FOR AREAS OUTSIDE OF TRAFFIC / PAVEMENT, SEE TEMPORARY BLOWOFF ASSEMBLY PER LSWD STD PLAN 10. CONSTRUCTION SEQUENCING LEGEND —w— EXISTING WATER LINE —w- PROPOSED WATER LINE SEE SHEETS W4 -W5 APPRDXIMATEEXTENTS OF AFFECTED WATER MAIN CONSTRUCTION STAGING PER THE APPENDIX STAGE X OF THE CONTRACT SPECIFICATIONS. g EXISTING WATER VALVE R EXISTING HYDRANT 03 EXISTING WATER SERVICE i EXISTING BLOWOFF VALVE q EXISTING AIR VACUUM