Loading...
AG 20-053 - MILES RESOURCES, LLC RETURN TO: PW ADMIN EXT: 2700 ID#: 4002 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/Div: PUBLIC WORKS/CAPITAL PROJECTS 2. ORIGINATING STAFF PERSON:JOHN COLE EXT: 2718 3. DATE REQ.BY: 10/29/21 3. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#): 20-053 ❑ INTERLOCAL m OTHER CONTRACT CHANGE ORDER 4. PROJECT 2020 ASPHALT OVERLAY PROJECT _. 5. NAME OF CONTRACTOR: MILES RESOURCES LLC ADDRESS: TELEPHONE: 253.383.3585 x474 E-MAIL: Jeff Williams <,Jeff.williamsCcDmilesresources.com> _ FAX: SIGNATURE NAME: Jeff Williams TITLE: ESTIMATOR/PRUJECd 6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE# rBL,EXP. 12/31/ UBI#602-870-349 'EXP. 12fDec-d 7. TERM: COMMENCEMENT DATI: e L 9 c)2 -2—.) COMPLETION DATE:,_ 8. TOTAL COMPENSATION:$_2183610.45+346333.65=2529944.10 jNCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: D YES D NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: D YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE TO: 102-4400-520-595-30-110 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED 8 PROJECT MANAGER JC 10/19121 ❑ DIVISION MANAGER SLH 10/20/2021 ❑ DEPUTY DIRECTOR DSW 1a20/21 ❑ DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) ❑ LAW DEPT KVA 10/20/2021 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: n/a COMMITTEE APPROVAL DATE: n/a SCHEDULED COUNCIL DATE: Na COUNCIL APPROVAL DATE: n/a 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 10/22/21 DATE REC'D:11/03/21 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT O[SIGNATORY(MAYOR OR DIRECTOR) p ❑ CITY CLERK �1:5P! ►ie�� ❑ ASSIGNED AG# JAG# ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE" "ORIGINALS 1/2020 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER 520 AG 20-053 05 �1 to,3 �21 _..........._.............. _____.............. —.e...... PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE 2020 ASPHALT OVERLAY PROJECT MILES RESOURCES LLC PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: 1. SCHEDULE C DELAY Lakehaven Water and Sewer District delay of the design and subsequent construction of the 1st Avenue S(300th PI to S 293rd PI)Water Main Improvements project prevented the City from completing 2020 Asphalt Overlay,Schedule C in the 2020 season. The contractor shall be compensated$24,731.25 as detailed below. The time provided for completion in the Contract is ® Unchanged ❑ Increased by_Working Day(s) ❑ Decreased by_Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No LINE ITEM QUANTITY ADJUSTMENTS: e. e.. SCH DESCRIPTION UNIT BID PRICE ADDITIONAL TOTAL QUANTITIES C Re-Mobilization costs LS 1 $5,813.39 C TCS Costs LS 1 $9,009.37 C Liquid Asphalt $445/Liquid 22.27 $9,908.49 Ton DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 2,1.83,610.45 PREVIOUS CHANGE ORDERS $ 321,602.40 THIS CHANGE ORDER $ 14,731.25 NEW CONTRACT AMOUNT $ 2,529,944.10 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520/ RFB#20-001 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. Q� /o—�;w5 —00al CONTRACTOR'S SIGNATURE DATE MA D TE CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520/RFB#20-001 RETURN TO: PW ADMIN EXT: 2700 ID#: 3925 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/Div: PUBLIC WORKS/CAPITAL PROJECTS 2. ORIGINATING STAFF P WON: JOHN COLE EXT: 2718 3. DATE REQ.BY 5/31/2021 3. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#):20-053 ❑ INTERLOCAL 0 OTHER CONTRACT CHANGE ORDER#4 4. PROJECT NAME:2020 ASPHALT OVERLAY PROJECT 5. NAME OF CONTRACTOR: MILES RESOURCES ADDRESS: TELEPHONE:253-383-3585 X47d E-MAIL: JEFF "WILLIAtos oj.LE5I ESOURG1�&CO FAX: SIGNATURE NAMI�:: JEFF 'IL -TAMS TITLE:ESTIMATOR/PM 6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE#mm BL,EXP.12/31/— UBI#602-870 m349 ... ,EXP. 12112211 EI 7. TERM: COMMENCEMENT DA 4/5/21 COMPLETION DATE: 9/1/21 8. TOTAL COMPENSATION:$2,505,212.85 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: [3 YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED, d YES ❑NO IF YES,$ ,- .................. PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED 0 PURCHASING: PLEASE CHARGE TO: 102-4400-520-595-30-110 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVEDmm� 8 PROJECT MANAGER JC 5/24/21 ._ .......... 8 DIVISION MANAGER SLH5125ra1... . ................... IS DEPUTY DIRECTOR DSW 5126/21 �. d DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 6 LAW DEPT ER 6/3/2021 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: NIA COMMITTEE APPROVAL DATE:11 NIA..................... SCHEDULED COUNCIL DATE: NIA COUNCIL APPROVAL DATE: NIA 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: ( I DATE REC'D. ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ FINANCE DEPARTMENT ...., E1 (. W DEPT 0 S1GNA'I 0IhY(MAYOR OR DIRLC rII, 0 CH A'CLEIIK ❑ ASSIGNED AG# AG# ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: 1 xECLj G F. QRIGINALp _..__....-__...--__...�. PLEASE SEE ATTACHED CHANGE ORDER 44 FOR REVIEW PRIOR TO SENDING TO CONTRACTOR. CITY OF FEDERAL WAY CONTRACT CHANGE ORDER 520 AG 20-05304 / / 1 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE m 0 ASPHALT OVERLAY PROJECT MILES RESOURCES,INC. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers Field Directive#13 (attached),the work changes summarized below:. 1. ADDITIONAL ADA RAMPS Due to non-compliant ADA ramps constructed by Lakehaven Water and Sewer Districts contractor, HCON, the ramp at I" Ave S and S 2941h PI shall be removed and replaced as well as one additional ramp added on the southeast corner of 151 Ave S and S 2941h PI. The contractor shall be compensated at the original bid prices. 2. GUARD RAIL TRENCH RESTORATION Due to recently discovered settlement at the base of the guard rail on the west side of 1st Ave S near the northern city limits, restoration will be required per attached plans. Construction Geotextile for Ditch Lining", per square yard. 2-12.5 The time provided for completion in the Contract is ❑ Unchanged ® Increased by 5 Working Day(s) ❑ Decreased by_Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes No If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No LINE ITEM QUANTITY ADJUSTMENTS: SCH LINE I7Emm .. ._w .---. .. ....._ �.... # DESCRIPTION IT BID PRICE ADDITIONAL TOTAL QUANTITIES / C 2 Flaggers and Spotters $59.00 HR 80 $4,7 20.00 C 3 Other Traffic Control $75.00/HR 5 $375.00 p Conc. Pavement Sauttn 2.00 LF 440 .00 ... . 7 Asphalt C wc i al � .....W ... ....... C 8 Removal of Conc Curb and Gutter $20.00/LF 15 _..... _.. _ $300.00 y Excavation Incl Haul $140.00/CY....... _.....�. C 12 Roadway 30 $4 200.00 C 13 Maintenance Rock for Shoulder $75.00/TN 93 $6,975.00 Reconstruction, Incl. Haul ............ .......1 ........... .. ........ .�_, C 16 HMA Class/:a, PG 58H-22 for Pay. Rep. $130.00/TN 62 $8 060.00mmw IT ..... Y WW C 21 Sod Lawn, Incl. 4 in Topsoil $100.00/SY 3 $300.00 C 22 Cement Conc.Curb and Gutter $45.00/LF 21 $945.00 ......-mm C 28 Cement Conc Curb Ramp $4 300.00/EA 2 $8,600.00 ..�_. C 33 Construction Geotextile for Ditch ...�.... $13.00/SY 150 $1,950.00 Lining CITY OF FEDERAL WAY 2020 ASPHALT OVERLAYPROJECT PROJECT / RFB #20-001 C 34 Lagging... �.. mm �$35.00/SFmm��WWWWZIO $7,350.00 IT� DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ Z 183 610.45 PREVIOUS CHANGE ORDERS $__ Z76,947.40 THIS CHANGE ORDER $__ 44 655.00 NEW CONTRACT AMOUNT $ 2 505,212.85 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. C R, CTOR'S SIGNATURE DATE PUBLIC RKS DIRECTOR DATE CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520/RFB #20-001 CITY OF FIELD DIRECTIVE Federal Way PUBLIC WORKS DEPARTMENT Field Order No.: FD 013 Project: 2020 ASPHALT OVERLAY PROJECT Project Address: 31523 Pacific Hwy S, Federal Way, WA 98003 Owner: CITY OF FEDERAL WAY To: MILES RESOURCES, LLC. From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS"FIELD DIRECTIVE"WHICH MAY CHANGE THE ORIGINAL APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT FOR YOUR PROJECT. SUBJECT: SCHEDULE C RAMPS AND GUARD RAIL TRENCH RESTORATION PER THIS"FIELD DIRECTIVE......: One recently constructed ramp by other contractor on Schedule C has been identified as being out of compliance. Ramp is to be removed and reconstructed using attached plans. One additional ramp at same intersection is to be added per same plans. Existing trench at base of guard rail at north end of Schedule C is to be restored per attached plans and detail. COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER .... SCH LINE DESCRIPTION UNIT BID ADDITIONAL TOTAL ITEM# PRICE QUANTITIES C 2 Flaggers and Spottersq $59.00*11IR so $4,720.00 C 3 Other Traffic Control $75.00MR 5 $375.00 C 7 Asphaft Conc.Pavement $2.00ALF 440 $880.00 Sawcutting C 8 Removal of Conc.Curb and $20.00A.F 15 $300.00 Gutter C 12 Roadway Excavation Incl. $140.00/CY 30 $3,500.00 Haul Maintenance Rock for C 13 Shoulder Reconstruction, $75.00/TN 93 $6,976.00 Incl.Haul C 16 HMA Class%*PG 581-1-22 $130.001rN 62 $8,060.00 for Pay.Rep. C 21 Sod Lawn,Incl.4 In Topsoil $1 00.001SY 3 $300.00 C 22 Cement Conc.Curb and $45.00A-F 21 $945.00 Gutter C 28 Cement Conc Curb Ramp $4,300.00)EA 2 $8,600.00 C 31 Remove and Reset Yard /EA 2 TBD Light C 32 As haft Extruded Curb ILF 20 TBD C 33 Construction Geotextile for /Sy 235 TBD Ditch Lining 34 La in !SF 300 TOO Attachments: Plan sheets that were altered per above. Prepared By: John Cole Date: 2/11/2021 Directed By: Z� Date: 2/11/20212 Approved By: Cs(ftal Engineer � P4 Date: 05/04/2021 Public Works Director Street systems Manager Received By: (:)Ik j- M, — Date: _959Lactor{Miles Resources LLC) geeege e) goo 15 R1 HINDS 9 I "Ji Owe J-1 L, Y 4W- s 294TH PL ts PIS OU lAd Artarrrrr obip a K." i5 -ld C�6Z S Ll s r C) -- Cw) C/) Go M oM M Z 0 C) o < -u m > ;30 <> > m G) (n �U 7 > 0 m C) x*xl.M.t 92'00;; 1; s I m I I ob& n M It 1 1 H CD CD Cf) C) -0 m M M Z 4-1 --------------- --- > m Cl) 7 r 0i 4/6/2021 Washington State Department of Revenue 13111 sliness 11 a lakuup 1.1ceinse I1 foirIP a-ti n 114pw^-ward. Ilacia to r, ,call^; (Entity name: MILES RESOURCES I.LC Business name: MILES RESOURCES (Entity type- Limited Liability Company 4UB1#: 602-870-349 Business 113. 001 Location HIM 0001 ILoeatiiow Active Loca Sec etary of State ifo-�iat o i Mad, Business name: MILES RESOURCES LLC IIIICa:aa5 UBI#: 602-870-349 Seco Active/Inactive: Active in fa State of incorporation: WASHINGTON 111i1n& WA filing date: 10/6/2008 Join Expiration date: 10/31/2021 ..Ilwiu: Inactive date: ISwll Nor For more information,visit the Secretary of State website. iSuu ii II'es: Close F kI C,�^roari.NB ,ai irlon-PesI4,,u`ti1. DuPont+'4mi:iailwsmess 114 Acrivios Oct-:31-2021 Oct.28...2.0110 "San-IsEswl4,le iIrt; att„nvllle G,creial I'us. apss- Au hve Oct-3'1-2021 Jun.2.3.2011 I dyewo d -wiacial I)usiriess Active Oct-31-2021 Mar-17-2.014 P,lon rtesireni I nuivid,aw Ge, lerai B u,iiu9ss GUST00007-3011 "d v;','u Oct-31-2021 Mar-26-2015 1dnn.Pe,,irieM. hftps://secure.dor.wa.gov/gteunauth/—,t#4 1/2 4/8/2021 Washington State Department of Revenue E it c n)e I IV",h",Val'o:t I,7ts kmAln t Icense 4 C"),f 10 I N'i zIjh' s r'3 I,"i" Expiration date First,4suaince klz lrederA Way GenerA ll?wsmness- 09 HA415-00 Bll Ar I vp Oct 31 2021 Now-13 2009 Pjcw RrsldollS I ife(.,cnpral fiiisme,,s, Non AUvp Oct 31.2021 Nov-B-2013 Ra^sidmlt I irnrest Gei (tiv(:� Oct-31-20211 1.)ec-02-2019 "Joll-Residelit (jig I lRi bor Gei eral Business Ar t k/o Oct-31-2021 Nov--18.2009 Non Residpint : I Kirkland Genei al Rusines< - 01M.29457 kove Oct-31 2021 IFeb 28-2018 Ninin Resident I acey General Business Nlon- 1(1 1)6 A<' Ve Oct--31-2021 IDec-31 2009 W-."ident I alkewood(;vnoial Rusiness BL 16.00 163 A(J Ve 11ct-31--202 1 Mlar-23 2016 f'4or) Pesld�'Jfl Goveirining Peqple Goveirriding lguaaopile e K11 1 ILSIB)"LISA 0<lln 1 I.SBY, 11 0 M MULS,WAII-11 Rcmjistered Firade I'qarnes Registered tIade I Status First i�sljed MH F's R1.1Z0UWrlFS Ac five Var-04-2015 11 he IRrusdube ss Lookup Infonnation is updated Seairclh date and birre:4/6/202 D 11:4056 AM Contact us 1!km are we doIng? %ke our suirvey� Doll see what You expecLed? Check if your browser d;swilp1poirted https://secure.dor.wa.gov/gteunauth/—/#4 212 UV i i!mowru���iortlAy1V� I. � ✓ X��IW �PI71f �.Ndtl� R 1I,,;;."Nip��.)LEAP,R C 11F 5 AUTHORIZED SIGNATORY LISTING INSTRUCTIONS: This form is a listing of individuals who are authorized as legal representatives of Miles Resources, LLC who can sign change orders related to the 2020 Asphalt Overlay contract with the City of Federal Way,on behalf of Miles Resources, LLC. The following list of names and their corresponding signatures will be used to verify that the signatures that appear on the Contracts or other legal documents was actually made by the Contractor's authorized signatory,and not by a representative, designee or other individual. First Last Name: Title: Si nature: Jeff Williams Project Manager 1 certify that I am the Vice President for Miles Resources, LLC and as an authorized officer I certify that Jeff Williams who is identified on this listing is authorized to sign change order documents for Miles Resources, LLC. Company: Miles Resources, LLC Signature: Date:6/11/2020 Name/Title: Brad Griffith AUTHORIZATION TO ACT ON BEHALF OF MILES RESOURCES,LLC A WASHINGTON LIMITED LIABILITY COMPANY WHEREAS,Miles Resources,LLC(the"Company")is a Washington limited liability company organized for purposes of(among other things)managing and operating business assets used in connection with the Company's construction,paving,and related activities; WHEREAS,all authority to operate the business and affairs of the Company is vested in one or more mangers,and the managers of the company are Walt Miles,Lisa Kittilsby,and Tim Kittilsby (hereinafter the"Managers"); WHEREAS,the Mangers of the company intend to delegate certain authority relating to the day- to-day operations of the company to the individuals identified below; NOW THEREFORE,be it resolved as follows: RESOLVED,that the Managers hereby delegate a portion of their authority to the"Operations Managers:orthe Company named below; RESOLVED,that each of the Operations Managers,acting individually,shall have the power and authority to manage the day-to-day business of the company. Without limiting the generality of the foregoing,the Operations Managers shall have the power and authority to negotiate and enter into contracts on behalf of the Company,sign documents relating to such contracts,and to engage in any other acts related to the Company's day-to-day operations; RESOLVED,that Angela Reis is hereby removed as Operations Mangers of the company. For the purpose of execution of the Authorization,a facsimile or electronically scanned signature shall have the same force and effect as an original signature. This Agreement may be executed in one or more counterparts,all of which shall be considered one and the same Agreement. SIGNED and EFFECTIVE this I° day of August.2019 MILES RESOURCES,LLC OPERATIONS MANAGERS By: Walt Miles 'i'ffi Its: Manager and Member General Man ger/O erations Manager Aw, ` By: Lisa Kittilsby Krystal Amos Its: Manager and Member Controller/Openttions Manager By: Tim Kittilsby Its: Manager RETURN TO: PW ADMIN EXT: 2700 ID#: 3775 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPTIDIV: PUHLIC WORKS/CAPITAL PROJECTS 2. ORIGINATING STAFF PERSON: JOHN COLE EXT: 2718 3. DATE REQ.BY: 7/10/20 3. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#):20-053 ❑ INTERLOCAL 0 OTHER UUIN 1 MAU 1 l NMINUr_ UKL1tK FF.S 4. PROJECTNAME:2020 ASPHALT OVERLAY PROJECT 5. NAME OFCONTRACTOR: MILE_ S RESOURCES ADDRESS: TELEPHONE.253.383.3585 X474 E-M I : .teff Williams <Teff.will iams�milesresourCes.Co�m> SIGNATURE NAME: Jeff Williams 1-111L ESTIMATOR/PROJECi d. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LIQ:LNSES ❑ PREC R C'c N I RAi i;',an4E.. IIMI'yTS CFW LICENSE# BL,EXP.12/31/ UBI;+ 602-870-343 ExP. 12tDec fi 7. TERM: COMMENCEMENT DATE: COMPLETION DATE: 8. TOTAL COMPENSATION:$2 460.557.85 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE TO: 102-4400-520-595-30-110 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED 8 PROJECT MANAGER JC V2f20 6 DIVISION MANAGER SLH 702020 6 DEPUTY DIRECTOR DSW 7n12020 A DIRECTOR _ ❑ RISK MANAGEMENT (IF APPLICABLE) 11 LAW DEPT ER 7/13/2020;ER 7/27/2020 Sign Here 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: "a COMMITTEE APPROVAL DATE: nla SCHEDULED COUNCIL DATE: Na COUNCIL APPROVAL DATE: a 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ FINANCE DEPARTMENT ❑ AW DEPT SIGNATORY(MAYOR OR DIRECTOR) CITY CLERK ❑ ASSIGNED AG# AG# - _5D ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE" 'ORIGINALS PLEASE SEE ATTACHED CHANGE ORDER FOR REVIEW PRIOR TO SENDING TO CONTRACTOR. RE-ROUTING FOR CHANGE ON SCH C(HIGHLIGHTED)THIS INCREASES TOTAL OF CO 3 BY$330.60. I/29?p CITY OF FEDERAL WAY CONTRACT CHANGE ORDER 520 AG 20-053 03 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE 2020 ASPHALT OVERLAY PROJECT MILES RESOURCES, INC. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. ADDITIONAL CURB AND GUTTER IN FRONT OF ADA RAMPS Due to discrepancy between bid documents and contract documents, the Contractor will be compensated for the addition of curb and gutter in front of the ADA ramps. Per Section 1-04.4 of the Standard Specifications, changes up to 125%of the quantity shall be compensated at the original bid price. For Schedules A, B, D, E, F, the quantity for cement concrete curb and gutter over 125% has been neogotited to be paid at$1.20 less per linear foot than the original unit cost. For schedule C, the new bid item for cement concrete curb and gutter has been neogotited to be paid at$40.00 per linear foot. The time provided for completion in the Contract is ® Unchanged ❑ Increased by Working Day(s) ❑ Decreased by_Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No LINE ITEM QUANTITY ADJUSTMENTS: Schedule LINE ITEM DESCRIPTION NEW UNIT ADDITIONAL TOTAL # BID PRICE QUANTITIES ($/LF) (LF) A 19.1 Cement Conc. Curb and Gutter, N.I.O.C. $43.80 113 $4,949.40 B 31.0 Cement Conc. Curb and Gutter, N.I.O.C. $40.00 56 $2,240.00 C 22.1 Cement Conc. Curb and Gutter, N.I.0.C. $43.80 87 $3,810.60 D 18.1 Cement Conc. Curb and Gutter, N.I.O.C. $48.80 244 $11,907.20 E 19.1 Cement Conc. Curb and Gutter, N.I.0.C. $38.80 293 $11,368.40 F 20.1 Cement Conc. Curb and Gutter, N.I.O.C. $48.80 360 $17,568.00 G 14.1 Cement Conc. Curb and Gutter, N.I.O.0 $38.80 276 $10,708.80 H 10.1 Cement Conc. Curb and Gutter, N.I.O.C. $48.80 43 $2,098.40 N.I.O.C.: Not In Original Contract CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520/ RFB #20-001 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 2,183,610.45 PREVIOUS CHANGE ORDERS $ 212,296.60 THIS CHANGE ORDER $ 64,650.80 NEW CONTRACT AMOUNT $ 2,460,557.85 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�� I—, � S / I v CO A R'S SIGNATURE DATE 421 . _.___- 6120 zD PUB WORKS DIRECTOR DATE CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520/ RFB#20-001 Client#: 17793 MILESAND DATE(MMIDD/YYYY) ACORD,. CERTIFICATE OF LIABILITY INSURANCE 3/31/2020 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 NAME: Sharnel Di Vona Propel Insurance PHONE 800 499-0933 FAX 866 577-1326 (AIC,No,Extl: _ (A7C.No) Tacoma Commercial Insurance E-MAIL Sharnel.l7iv°nap 17ro elinsurance.com ADDRESS. 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 INSURER A:Alaska National Insurance Company 38733 INSURED INSURER B:Sirius International Insurance Corp Miles Resources LLC INSURERC: 400 Valley Ave NE INSURER D Puyallup,WA 98372 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY 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. INSR -- ADM SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER j[MM+DD)YYYY1,(MMIDDIYYYY)I LIMITS A � COMMERCIAL GENERAL LIABILITY 20DLS11734 04/01/2020 04/01/2021 Fk r cc_ ^.c...: 1$1.000.000 CLAIMS-MADE ^I OCCUR PR6131 x. I f. ;r •$100,000 XI BI/PD Ded•$1,000 MED EXP(Any one person) $5,000 X CG0001 04/13 PERSONAL BADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY n ECT [K LOC PRODUCTS-COMP/OP AGG $2.000,000 OTHER: A AUTOMOBILE LIABILITY 20DAT11734 4/01/2020 04/01/2021.G ";°1"._'SINGLELI>nIT c1,000,000 X ANY AUTO w BODILY INJURY(Per person) OWNED SCHEDULED I BODILY INJURY(Per accident) S AUTOS ONLY _ AUTOS - HIRED NON-OWNED rF••ERTY❑AMAGE X AUTOS ONLY X AUTOS ONLY Pei a.cidcnt; ' X A002010/13 A X UMBRELLA LIAB X OCCUR 20DLU11734 4/0112020 04/01/2021 EACH OCCURRENCE $52000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE s5,000,000 DED I X RETENTION$$10,000 $ _.. ----- m- ... A WORKERS COMPENSATION 120DLS11734 4/01/2020 04/01/20211 IPER IOP- AND EMPLOYERS'LIABILITY STAT,l1.T� .. .ANY F'ROI°RIFT,-+-+RIPARTNER/EXECUTIVE Y/N (WA STOP GAP ONLY) E.L-EACH ACCIDENT I$1.000,000 FF!.i:F.R7,1 F,,7 ER E'XG.UDED? ❑ NIA (Mandatary in NH) EL DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below i E L DISEASE-POLICY LIMIT $1,000,000 B Pollution w/Mold CPL00011321 4/01/2020 04/01/2021 $3,000,000/$25,000 ded. DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:20023/2020 Asphalt Overlay. Additional Insured Status applies per attached form(s). CERTIFICATE HOLDER CANCELLATION Ci of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 33325 8th Ave South ACCORDANCE WITH THE POLICY PROVISIONS. Federal Way,WA 98003 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S4074139/M4073995 KTR00 This page has been left blank intentionally. Abska National INSURANCE COMPANY BLANKET ADDITIONAL INSURED — AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Additional Premium: included 1. The following is added to SECTION II — WHO IS (2) If the "written contract requiring insurance" AN INSURED: specifically requires you to provide additional insured coverage to that person Any person or organization that: for injury or damage that is caused, in whole or in part, by the acts or omissions a. You agree in a "written contract requiring of you or your subcontractor, that person insurance" to include as an additional insured or organization is an additional insured on this Coverage Part; and only if the injury or damage is caused, in whole or in part, by the acts or omissions b. Has not been added to this policy as an of you or your subcontractor in the additional insured for the same project by the performance of "your work" to which the attachment of an endorsement under this "written contract requiring insurance" Coverage Part which includes such person or applies"or organization in the endorsement's schedule; '(3) If neither Paragraph (1) nor (2) above is an insured, but: applies that person or organization is only an additional insured if, and only to the c. Only with respect to liability for "bodily injury", extent that, the injury or damage is caused "property damage" or"personal and advertising by negligent acts or omissions of you or injury"; and your subcontractor in the performance of "your work" to which the "written contract d. Only as described in Paragraph (1), (2) or (3) requiring insurance" applies. The person or below,whichever applies: organization does not qualify as an additional insured with respect to injury or (1) If the "written contract requiring insurance" damage caused in whole or in part by specifically requires you to provide independent negligent acts or omissions of additional insured coverage to that person such person or organization. for injury or damage that arises out of"your work", that person or organization is an additional insured only if the injury or damage arises out of"your work" to which the "written contract requiring insurance" applies; ANIC GL 1218 05 18 Page 1 of 3 41%r Alaska National INSURANCE COMPANY 2. If the"written contract requiring insurance" contains (1) The preparing, approving, or failing to a specific requirement that you procure completed prepare or approve, maps, shop drawings, operations coverage or coverage within the opinions, reports, surveys, field orders or "products-completed operations hazard" for the change orders, or the preparing, additional insured, then the insurance provided to approving, or failing to prepare or approve, the additional insured covers "bodily injury" or drawings and specifications; and "property damage"that occurs within the"products- completed operations hazard" at the level specified (2) Supervisory, inspection, architectural or in Paragraph 1.d.(1), 1.d.(2), or 1.d.(3), whichever engineering activities. applies. However, even if completed operations coverage or coverage within the products- 4. The insurance provided to the additional insured by completed operations hazard" is required by the this endorsement is excess over any valid and "written contract requiring insurance", such collectible other insurance, whether primary, coverage is available to the additional insured only excess, contingent or on any other basis, that is if the "bodily injury" or "property damage" occurs available to the additional insured. However, if the prior to the end of the time period during which you "written contract requiring insurance" specifically are required by the "written contract requiring requires that this insurance apply on a primary insurance" to provide such coverage or the basis or a primary and non-contributory basis, this expiration date of the policy,whichever comes first. insurance is primary to other insurance available to the additional insured under which that person or 3. The insurance provided to the additional insured by organization qualifies as a named insured, and we this endorsement is limited as follows: will not share with that other insurance. But the insurance provided to the additional insured by this a. If the Limits of Insurance of this Coverage Part endorsement still is excess over any valid and shown in the Declarations exceed the collectible other insurance, whether primary, minimum limits of liability required by the excess, contingent or on any other basis, that is "written contract requiring insurance", the available to the additional insured when that insurance provided to the additional insured person or organization is an additional insured, or will be limited to such minimum required limits is any other insured that does not qualify as a of liability. For the purposes of determining named insured, under such other insurance. whether this limitation applies, the minimum limits of liability required by the "written 5. As a condition of coverage provided to the contract requiring insurance"will be considered additional insured by this endorsement: to include the minimum limits of liability of any Umbrella or Excess liability coverage required a. The additional insured must give us written for the additional insured by that "written notice as soon as practicable of an contract requiring insurance". This "occurrence" or an offense which may result in endorsement will not increase the limits of a claim. To the extent possible, such notice insurance described in Section III — Limits Of should include: Insurance. (1) How, when and where the "occurrence" or b. The insurance provided to the additional offense took place; insured does not apply to "bodily injury", "property damage", or "personal and (2) The names and addresses of any injured advertising injury" arising out of an architect's, persons and witnesses; and engineer's, or surveyor's rendering of or failure to render any professional services including: (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. ANIC GL 1218 05 18 Page 2 of 3 JJV Alaska National INSURANCE COMPANY b. If a claim is made or "suit' is brought against 6. The following is added to the DEFINITIONS the additional insured, the additional insured Section: must: "Written contract requiring insurance" means that (1) Immediately record the specifics of the part of any written contract or agreement for claim or"suit' and the date received; and construction services under which you are required to include a person or organization as an additional (2) Notify us as soon as practicable. insured on this Coverage Part, provided that the "bodily injury" and "property damage" occurs, and The additional insured must see to it that we the "personal and advertising injury" is caused by receive written notice of the claim or "suit' as an offense committed, during the policy period and: soon as practicable. a. After the signing and execution of the contract c. The additional insured must immediately send or agreement by you; and us copies of all legal papers received in connection with the claim or "suit', cooperate b. While that part of the contract or agreement is with us in the investigation or settlement of the in effect. claim or defense against the "suit', and otherwise comply with all policy conditions. d. The additional insured must tender the defense and indemnity of any claim or "suit' to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insurance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which covers that person or organization as a named insured as described in Paragraph 3. above. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective 4-1-2020 Policy No. 20D LS 11734 Insured Miles Sand &Gravel Endorsement No. Countersigned By Includes copyrighted material of the Insurance Services Office, Inc., with its permission. ANIC GL 1218 05 18 Page 3 of 3 This page has been left blank intentionally. Alaska National INSURANCE COMPANY CONTRACTORS' GENERAL LIABILITY ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Coverage afforded under this extension of coverage endorsement does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part. SCHEDULE OF COVERAGES ARE SUMMARIZED BELOW 1. Miscellaneous Additional Insureds 14. In Rem Actions 8 additional insured extensions. 1. MISCELLANEOUS ADDITIONAL INSUREDS Primary and Noncontributory Insurance Section II Who Is An Insured is amended to 2. Damage To Premises Rented to You include as an additional Insured any person or Limit increased to $500,000. organization described in Paragraphs 2.a. through 2.h. below whom you are required to add 3. Medical Payments as an additional insured on this policy under a Limits increased to$15,000. written contract or written agreement. However, Reporting period increased to three years from the written contract or written agreement must be: the date of accident. 1. Currently in effect or becoming effective 4. Non-owned Watercraft during the term of this policy; and Increased to 50 feet. 2. Executed prior to the "bodily injury", 5. Supplementary Payments "property damage"or"personal injury and Cost of bail bonds increased to$10,000. advertising injury', but Daily loss of earnings increased to$500. Only the following persons or organizations 6. Newly Formed Or Acquired Organizations are additional insureds under this Coverage extended to the end of the policy period endorsement and coverage provided to such or the next anniversary of this policy's effective additional insureds is limited as provided date. herein: 7. Liberalization Clause a. State or Governmental Agency or Subdivision or Political Subdivi- 8. Unintentional Failure To Disclose Hazards sions 9. Notice of Occurrence Any state or governmental agency or subdivision or political subdivision 10. Broad Knowledge of Occurrence that has issued a permit in connection with operations performed 11. Bodily Injury-Extension of Coverage by you or on your behalf and that you are required by any ordinance, law or 12. Expected Or Intended Injury building code to include as an Reasonable force - bodily injury or property additional insured on this coverage damage. part is an additional insured, but only with respect to liability for "bodily 13. Blanket Waiver of Subrogation injury", "property damage", "personal Waiver of subrogation where required by written and advertising injury" arising out of contract or written agreement. such operations. ANIC GL 1187 07 16 Page 1 of 6 Alaska National INSURANCE COMPANY The insurance provided to such state e. Owners or Other Interests From or political subdivision does not apply Whom Land Has Been Leased to any "bodily injury", "property damage" or"personal and advertising An owner or other interest from whom injury" arising out of operations land has been leased by you but only performed for that state or political with respect to liability arising out of subdivision. the ownership, maintenance or use of that specific part of the land leased to b. Controlling Interest you and subject to the following additional exclusions: Any persons or organizations with a controlling interest in you but only This insurance does not apply to: with respect to their liability arising out of: (1) Any "occurrence" which takes place after you cease to lease (1) Theirfinancial control of you, or that land; or (2) Premises they own, maintain or (2) Structural alterations, new con- control while you lease or occupy struction or demolition operations these premises. performed by or on behalf of such additional insured. This insurance does not apply to structural alterations, new construc- f. Co-owner of Insured Premises tion and demolition operations performed by or for such additional A co-owner of a premises co-owned insured. by you and covered under this insurance but only with respect to the c. Managers or Lessors of Premises co-owners liability as co-owner of such premises. A manager or lessor of premises but only with respect to liability arising out g. Lessor of Equipment of the ownership, maintenance or use of that specific part of the premises Any person or organization from leased to you and subject to the whom you lease equipment. Such following additional exclusions: person or organization is an additional insured only with respect to This insurance does not apply to: their liability for "bodily injury", "property damage" or "personal and (1) Any "occurrence" which takes Advertising injury" caused, in whole place after you cease to be a or in part, by your maintenance, oper- tenant in that premises; or ation or use of equipment leased to you by such person or organization. (2) Structural alterations, new con- A person's or organization's status as struction or demolition operations an additional insured under this performed by or on behalf of endorsement ends when their written such additional insured. contract or written agreement with you for such leased equipment ends. d. Mortgagee, Assignee or Receiver With respect to the insurance A mortgagee, assignee or receiver afforded these additional insureds, but only with respect to their liability the following additional exclusions as mortgagee, assignee, or receiver apply: and arising out of the ownership, maintenance, or use of a premises by This insurance does not apply: you. (1) To any "occurrence" which takes This insurance does not apply to place after the equipment lease structural alterations, new construc- expires; or tion or demolition operations performed by or for such additional insured. ANIC GL 1187 07 16 Page 2 of 6 Alaska National INSURANCE COMPANY (2) To "bodily injury", "property additional insured. However, damage", or "personal and even if coverage within the advertising injury" arising out of "products-completed operations the sole negligence of such hazard" is required by the written additional insured. contract, such coverage is available to the additional insured h. Owners, Lessees or Contractors only if the "bodily injury" or "property damage" occurs prior to (1) Such person or organization is an the end of the time period during additional insured for "bodily which you are required by the injury', "property damage" and written contract to provide such "personal and advertising injury" coverage or the expiration date of if, and only to the extent that, the the policy,whichever comes first. injury or damage is caused by negligent acts or omissions of Any insurance provided to an additional you or your subcontractor in the insured designated under Paragraphs 2.a. performance of "your work" to through 2.g. above does not apply to "bodily which the written contract injury' or "property damage" included within applies. This person or organi- the products-completed operations hazard." zation does not qualify as an additional insured with respect to Primary And Noncontributory Insurance injury or damage caused in whole or in part by independent The following is added to the Other Insurance negligent acts or omissions of Condition and supersedes any provision to the such person or organization. contrary: (2) However, this insurance does not This insurance is primary to and will not seek apply to "bodily injury', "property contribution from any other insurance available to damage" or "personal and advertising injury" arising out of an additional insured under your policy provided an architect's, engineer's, or that: surveyor's rendering of or failure to render any professional (1) The additional insured is a services including: Named Insured under such other insurance; and i. the preparing, approving, or failing to prepare or approve (2) You have agreed in writing in a maps, drawings, opinions, contract or agreement that this reports, surveys, change insurance would be primary and orders, design or would not seek contribution from specifications; and any other insurance available to the additional insured. ii. supervisory, inspection, or Section III -Limits of Insurance, the following is engineering services. added: (3) The insurance provided to this With respect to the insurance afforded to the additional insured, does not additional insureds described in Paragraphs a. cover "bodily injury" or "property through h. above, the most we will pay on behalf damage" caused by your of such additional insured is the amount of negligent acts and omissions in the performance of "your work' insurance: that occurs within the "products- (1) Required by the contract or completed operations hazard", unless the written contract agreement; or contains a specific requirement (2) Available under the applicable that you procure completed oLimits of Insurance shown in the operations coverage or coverage within the "products-completed Declarations; operations hazard" for the whichever is less. ANIC GL 1187 07 16 Page 3 of 6 AV Alaska National INSURANCE COMPANY This provision shall not increase the applicable 4. NON-OWNED WATERCRAFT Limits of Insurance shown in the Declaration. A. If endorsement CG 21 09, CG 21 10, CG 24 2. Damage To Premises Rented to You 50, or CG 24 51 is attached to the policy, Paragraph A. 2. g. (2) (b) is replaced by the SECTION III — LIMITS OF INSURANCE, following: Paragraph 6. is replaced by the following: (b) A watercraft that you do not 6. Subject to Paragraph 5. above, the own that is: Damage to Premises Rented to You Limit is the most we will pay under Coverage A (i) Less than 50 feet long: for damages because of "property and damage" to any one premises, while rented to you, or in the case of damage (ii) Not being used to carry by fire, while rented to you or temporarily persons or property for a occupied by you with permission of the charge. owner. B. If Paragraph A. does not apply, Paragraph g. If a limit is shown for Damage to Premises (2) of 2. EXCLUSION under SECTION I — Rented to You the most we will pay under COVERAGES, COVERAGE A — BODILY Coverage A for damages because or "property INJURY AND PROPERTY DAMAGE damage" to any one premises is the Limit shown LIABILITY is replaced by the following: in the Declarations or $500,000, whichever is greater. (2) A watercraft that you do not own that is: 3. MEDICAL PAYMENTS (a) Less than 50 feet long; and A. Section III—Limits of Insurance, Paragraph 7. is replaced by the following (b) Not being used to carry persons or property for a 7. Subject to Paragraph 5. above the charge. Medical Expense Limit is the most we will pay under Coverage C for all medical 5. SUPPLEMENTARY PAYMENTS expenses because of "bodily injury' sustained by any one person. A. Under Section I -Supplementary Payments - Coverage A and B, Paragraph 1.b., the If a limit is shown for Medical Expense in limit of$250 shown for the cost of bail bonds the Declarations the most we will pay is replaced by$10,000; under Coverage C for all medical expenses because of "bodily injury' B. In Paragraph 1.d., the limit of$250 shown for sustained by any one person is the Limit daily loss of earnings is replaced by$500. shown in the Declarations or $15,000, whichever is greater. 6. NEWLY FORMED OR ACQUIRED ORGANIZATIONS B. This provision 5. (Medical Payments) does not apply if Section I - Coverage C Medical Paragraph 3.a. of Section II -Who Is An Insured Payments is excluded either by the is deleted and replaced by the following: provisions of the Coverage Part or by endorsement. Coverage under this provision is afforded only until the end of the policy period or the next C. Paragraph 1.a.(3)(b) of Section I -Coverage anniversary of this policy's effective date after you C - Medical Payments, is replaced by the acquire or form the organization, whichever is following: earlier. (b) The expenses are incurred and reported to us within three years of the date of the accident; and ANIC GL 1187 07 16 Page 4 of 6 Alaska National INSURANCE COMPANY 7. LIBERALIZATION CLAUSE 10. BROAD KNOWLEDGE OF OCCURRENCE If we adopt a change in our forms or rules which The following is added to Paragraph 2. of Section would broaden coverage for contractors under IV - Commercial General Liability Conditions - this endorsement without an additional premium Duties in The Event of Occurrence, Offense, charge, your policy will automatically provide the Claim or Suit: additional coverages as of the date the revision is effective in your state. You must give us or our authorized representative notice of an 'occurrence", offense, claim, or"suit" 8. UNINTENTIONAL FAILURE TO DISCLOSE only when the "occurrence", offense, claim or HAZARDS "suit' is known to: SECTION IV — COMMERCIAL GENERAL (1) You, if you are an individual; LIABILITY CONDITIONS — Paragraph 6. — Representations is replaced by the following: (2) A partner, if you are a partnership; 6. ' Representations (3) An executive officer or the By accepting this policy, you agree: employee designated by you to give such notice, if you are a a. The statements in the Declarations are corporation; or accurate and complete; (4) A manager, if you are a limited b. Those statements are based upon liability company. representations you made to us; and 11. EXPANDED BODILY INJURY c. We have issued this policy in reliance Section V - Definitions, the definition of "bodily upon your representations. injury'is changed to read: The unintentional omission of, or "Bodily injury" means bodily injury, sickness or unintentional error in, any information you disease sustained by a person, including death, provided to us which we relied upon in humiliation, shock, mental anguish or mental issuing this policy will not prejudice your injury by that person at any time which results as rights under this insurance. However, this a consequence of the bodily injury, sickness or provision does not affect our right to collect disease. additional premium or to exercise our rights of cancellation or nonrenewal in accordance 12. EXPECTED OR INTENDED INJURY with applicable laws and regulations. Exclusion a. of Section I - Coverage A - Bodily 9. NOTICE OF OCCURRENCE Injury and Property Damage Liability Is replaced by the following: The following is added to Paragraph 2. of Section IV - Commercial General Liability Conditions - a. "Bodily injury" or "property damage" Duties In The Event of Occurrence, Offense, expected or intended from the Claim or Suit: standpoint of the insured. This exclusion does not apply to "bodily Your rights under this Coverage Part will not be injury" or"property damage" resulting prejudiced if you fail to give us notice of an from the use of reasonable force to "occurrence", offense, claim or "suit" and that protect persons or property. failure is solely due to your reasonable belief that the "bodily injury" or "property damage" is not covered under this Coverage Part. However, you shall give written notice of this "occurrence", offense, claim or "suit" to us as soon as you are aware that this insurance may apply to such "occurrence", offense, claim or"suit." ANIC GL 1187 07 16 Page 5of6 41!�r Alaska National INSURANCE COMPANY 13. BLANKET WAIVER OF SUBROGATION However, this waiver applies only when you have agreed in writing to waive such rights of recovery The Transfer Of Rights Of Recovery Against in a contract or agreement, and only if the Others To Us Condition (Section IV - contract or agreement: Commercial General Liability Conditions) is amended by the addition of the following: 1. Is in effect or becomes effective during the term of this policy; and We waive any right of recovery we may have against any person or organization because of 2. Was executed prior to loss. payments we make for injury or damage arising out of: 14. IN REM ACTIONS 1. Your ongoing operations; or Any action in rem against any vessel owned, operated by or for, or chartered by or for you will 2. "Your work" included in the "products- be treated in the same manner as though the completed operations hazard." action were in personam against you. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. Countersigned By Includes copyrighted material of Insurance Services Office, Inc., with its permission ANIC GL 1187 07 16 Page 6 of 6 J%r Alaska National I N SURANC E CO M PAN Y MOTOR CARRIER COVERAGE ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: MOTOR CARRIER COVERAGE FORM (The entries required to complete this endorsement will be shown below or on the"schedule of coverages".) Various provisions in this endorsement restrict 6. TRANSPORTATION EXPENSES — coverage. Read the entire policy carefully to INCREASED TO $200 PER determine rights, duties, and what is and is not DAY/MAXIMUM OF$1,500 covered. 7. LOSS OF USE EXPENSES (HIRED, Throughout this policy,the words"you" and"your' RENTED OR BORROWED) INCREASED refer to the Named Insured shown in the TO$200 PER DAY/MAXIMUM OF$1,500 Declarations. The words"we","us",and'bur'refer 8. AIRBAG COVERAGE to the company providing this insurance. 9. FUEL IN VEHICLE COVERAGE-$2,500 Other words and phrases that appear in quotation 10. FIRE EXTINGUISHER RECHARGE marks have special meaning. Refer to SECTION VI—DEFINITIONS in the Motor Carrier Coverage COVERAGE Form. 11. AUTO LOAN/LEASE GAP COVERAGE - The coverages provided by this endorsement $2,500 apply per "accident" and, unless otherwise 12. PERSONAL PROPERTY COVERAGE specified,are subject to all of the terms,conditions, FOR DRIVER-$1,000 exclusions and deductible provisions of the policy 13. TELEMATICS EQUIPMENT COVERAGE to which it is attached. -$2,500 Below is a summary of the changes made by this 14. "DOWNTIME LOSS" AND RENTAL endorsement to the MOTOR CARRIER REIMBURSEMENT COVERAGE - $150 COVERAGE FORM. This summary is for PER DAY,30 DAY MAXIMUM convenience only. Refer to the specific language for complete details. 15. SINGLE PHYSICAL DAMAGE DEDUCT- 1. EMPLOYEE AS INSURED (HIRED AUTO IBLE PER LOSS —LESS THAN 10,000 POUNDS GVW) 16. DEDUCTIBLE ON GLASS BREAKAGE 2. "BLANKET" ADDITIONAL INSURED AS WAIVED IF GLASS REPAIRED RATHER REQUIRED BY WRITTEN CONTRACT THAN REPLACED 17. TRANSFER OF RIGHTS OF RECOVERY 3. COST OF BAIL BONDS — INCREASED AGAINST US (WAIVER OF SUBROGA- TION) 4. REASONABLE EXPENSES INCURRED 18. UNINTENTIONAL FAILURE TO DIS- BY THE INSURED — INCREASED TO CLOSE HAZARDS $500 PER DAY 5. TOWING AND LABOR COSTS - $2,500 19. OTHER INSURANCE CHANGES PER DISABLEMENT SUBJECT TO 20. BODILY INJURY INCLUDES MENTAL $5,000 ANNUAL AGGREGATE ANGUISH ANIC CA 1220 01 19 Page 1 of 5 f&r Alaska National INSURANCE COMPANY SECTION II — COVERED AUTO LIABILITY SECTION IV — PHYSICAL DAMAGE COVERAGE, COVERAGE, Paragraph A.1. Who Is An Insured is Paragraph AA.a. — Transportation Expenses is amended to include: deleted and replaced by the following: f. Any "employee" of yours while operating a. Transportation Expenses an "auto" with a gross vehicle weight of We will pay up to $200 per day to a less than 10,000 pounds hired or rented maximum of $1,500 for temporary under a contract or agreement in an transportation expense incurred by you "employee's" name, with your permission, because of the total theft of a covered while performing duties related to the "auto"that is 20,000 lbs. of Gross Vehicle conduct of your business. Weight. We will pay only for those g. Any person or organization for whom you covered "autos"for which you carry either have agreed in writing to provide Comprehensive or Specified Causes of insurance such as is afforded by this Loss Coverage. We will pay for temporary Coverage Form, but only with respect to transportation expenses incurred during liability arising out of the ownership, the period beginning 48 hours after the maintenance or use of"autos"covered by theft and ending, regardless of the policy's this policy. expiration, when the covered "auto" is SECTION II — COVERED AUTO LIABILITY returned to use or we pay for its"loss". COVERAGE, Paragraph A.2.a. (2)—Supplementary SECTION IV — PHYSICAL DAMAGE COVERAGE, Payments is replaced by the following: Paragraph AA.b.—Loss of Use Expenses is replaced (2) Up to$5,000 for the cost of bail bonds by the following: (including bonds for related traffic law b. Loss of Use Expenses—Hired, Rented, violations) required because of an or Borrowed Automobiles "accident" we cover. We do not have We will pay expenses for which an to furnish these bonds. "insured" becomes legally responsible for SECTION II — COVERED AUTO LIABILITY loss of use of a vehicle hired, rented or COVERAGE, Paragraph A.2.a. (4)—Supplementary borrowed without a driver under a written Payments is replaced by the following: rental contract or agreement. We will pay (4) All reasonable expenses incurred by for loss of use expenses if caused by: the"insured" at our request, including (1) Other than Collision, only if the actual loss of earnings up to $500 a Declarations indicate that Compre- day because of time off from work. hensive Coverage is provided for the 2. Towing vehicle withdrawn from service. We will pay up to$2,500 for towing and labor (2) Specified Causes of Loss only if the costs each time a covered"auto" is disabled. Declarations indicate that Specified However, the labor must be performed at the Causes of Loss Coverage is provided place of disablement. for the vehicle withdrawn from service. The most we will pay for towing and labor costs (3) Collision only if the Declarations is$5,000 in any one policy year. indicate that Collision Coverage is SECTION II — COVERED AUTO LIABILITY provided for the vehicle withdrawn from service. COVERAGE, Exclusion B.5. is amended to add: I If the "bodily However, the most we will pay for any This exclusion does nota apply y expenses for loss of use is$200 per day, to a injury" results from the use of a covered"auto" maximum of$1,500. you own or hire. Such coverage as is afforded by this provision is excess over any other collectible insurance. ANIC CA 1220 01 19 Page 2 of 5 AV Alaska National IN S U R A N CE C 0 M PAN Y Section IV—PHYSICAL DAMAGE COVERAGE 9. Driver's Personal Property The following are added to A.Coverage: We will pay up to$1,000 for loss or damage to 5. Airbag Coverage personal property or effects of any driver of a We will pay the cost to repair, replace,or reset covered "auto" while contained in that "auto" an airbag that inflates for any reason other and caused by: than as a result of a collision if the Declarations a. Fire, lightning or explosion; indicate that the covered "auto" has b. Windstorm, hail or earthquake; Comprehensive Coverage or Specified Causes of Loss Coverage. c. Flood; S. Fuel in Vehicle d. Mischief or vandalism; We will pay up to $2,500 for the actual loss e. The sinking, burning, collision or sustained as a result of loss of fuel in a derailment of any conveyance covered "auto", used to operate the "auto", transporting the covered"auto"; caused by a covered loss to the covered f. The covered "auto's" collision with "auto."No deductible applies to this coverage. another object; or 7. Fire Extinguisher Recharge g. The covered"auto's"overturn. We will pay the cost to recharge or replace, We will not pay for loss or damage to coins, whichever is less, fire extinguishers kept in currency, securities or contraband. your covered "autos" that are intentionally Exclusions 2.c.,2.e.and 21 of Section IV,B., discharged in an attempt to extinguish a fire. Physical Damage Coverage do not apply to No deductible applies to this coverage. this coverage. 8. Auto Loan/Lease Gap Coverage This coverage is excess over any other In the event of a total"loss"to a covered"auto" collectible insurance. No deductible applies to for which we pay under the policy's Physical this coverage. Damage Coverage, we will pay any unpaid 10. Telematics Equipment Coverage amount due on the lease or loan for that"auto," less: We will pay up to$2,500 for loss or damage to a. The amount paid under the policy's "telematics" equipment in a covered "auto" Physical Damage Coverage and any: caused by a covered cause of "loss". This coverage applies whether or not the (1) Overdue lease/loan pay- equipment is permanently installed in, or ments at the time of the"loss"; mounted on,the covered"auto." (2) Financial penalties imposed Exclusions 2.c.,2.e.and 2.f.of Section IV,B., under a lease for excessive Physical Damage Coverage do not apply to use, abnormal wear and tear this coverage. or high mileage; No deductible applies to this coverage. (3) Security deposits not returned 11. Downtime Loss and Rental Reimburse- by the lessor; ment Coverage (4) Costs for extended war- We will pay any resulting"downtime loss"and ranties, Credit Life Insurance, rental reimbursement expense you sustain as Health, Accident or Disability a result of a covered physical damage"loss"to Insurance purchased with the a covered"auto"up to a maximum of$150 per loan or lease; and day for a maximum of 30 days for the same (5) Carry-over balances from physical damage loss, subject to the following previous loans or leases. limitations: The most we will pay as a result of any one "loss"is$2,500. ANIC CA 1220 01 19 Page 3 of 5 J�Qr Alaska National INSURANCE COMPANY a. We will cover"downtime loss" and rental organization is waived prior to the"accident"or reimbursement expenses beginning the the"loss" under a contract with that person or sixth day after: organization. (1) We have given you our agreement to SECTION V — MOTOR CARRIER CONDITIONS — pay for repairs to a covered"auto"and Paragraph B.2. —Concealment, Misrepresentation Or you have given the repair facility your Fraud is amended by adding Unintentional Failure to authorization to make the repairs; or Disclose Hazards at the end of Paragraph B.2. as (2) The date you first reported the "loss" follows: to us if we have declared your auto a Unintentional Failure to Disclose Hazards total"loss"; and If you unintentionally fail to disclose any b. Coverage for "downtime loss" and rental hazards existing at the inception date of your reimbursement will end when any of the policy, we will not deny coverage under this following occur: Coverage Form because of such failure. (1) You have a spare or reserve "auto" However, this provision does not affect our available to you to continue your right to collect additional premium or exercise operations. our right of cancellation or non-renewal. (2) You purchase a replacement"auto." SECTION V — MOTOR CARRIER CONDITIONS — B. General Conditions, 5. (3) Repairs to your covered "auto" have Other Insurance — Primary and Excess been completed by the repair facility Insurance Provisions—f. is replaced by the and the"auto"has been determined to following: be road-worthy. f. For Hired Auto Physical Damage (4) You reach the 30 days of maximum Coverage,the following are deemed to be coverage. covered"autos"you own: Coverage for "downtime loss" and rental (1) Any covered "auto" you lease, hire, reimbursement is excess over any other rent,or borrow; and insurance coverage available. (2) Any covered"auto""hired or rented by SECTION IV—PHYSICAL DAMAGE COVERAGE your "employee" under a contract in D.Deductible is replaced by the following: that individual 'employee's" name, For each covered"auto% our obligation to pay with your permission,while performing for, repair, or replace damaged or stolen duties related to the conduct of your property will be reduced by the applicable business. deductible shown in the Declarations. Any However, any"auto"that is leased, hired, Comprehensive Coverage deductible shown rented or borrowed with a driver is not a in the Declarations does not apply to "loss" covered"auto". caused by fire or lightning. SECTION VI — DEFINITIONS — Paragraph C. — However, if more than one covered "auto" is "Bodily injury" is replaced by the following: involved in the same loss,only one deductible will apply to the loss. If the deductible amounts C. "Bodily injury" means bodily injury, sickness or vary, the largest deductible will apply. disease sustained by a person including death or mental anguish resulting from any of these. No deductible applies to glass breakage if the Mental anguish means any type of mental or glass is repaired rather than replaced. emotional illness or disease. SECTION V — MOTOR CARRIER CONDITIONS, Paragraph A. S. — Transfer of Rights of Recovery Against Others To Us is amended to include: 5. Transfer of Rights of Recovery Against Others to Us This condition does not apply to any person(s) or organization(s) to the extent that subrogation against that person or ANIC CA 1220 01 19 Page 4 of 5 4f�Qr Alaska Natl©nal INSURANCE COMPANY SECTION VI — DEFINITIONS — the following are T. "Business Income"means: added: 1. Net Income (net profit or loss before income S. "Downtime Loss" means actual loss of"business taxes) that would have been earned or income" for the period of time that a covered incurred;and "auto": 2. Continuing normal operating expenses, 1. is out of service for repair or replacement as a including payroll. result of a covered physical damage loss;and U. "Telematics equipment'means: 2. is in the custody of a repair facility if not a total Equipment, devices, or software, used in vehicle "loss." telematics systems. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M.standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. Countersigned By Includes copyrighted material of the Insurance Services Office, Inc., with its permission ANIC CA 1220 01 19 Page 5 of 5 This page has been left blank intentionally. 7/2/2020 Corporations and Charities System BUSINESS INFORMATION Business Name: MILES RESOURCES LLC UBI Number: 602 870 349 Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Principal Office Street Address: 400 VALLEY AVE NE,PUYALLUP,WA,98372-2516,UNITED STATES Principal Office Mailing Address: 400 VALLEY AVE NE,PUYALLUP,WA,98372-2516,UNITED STATES Expiration Date: 10/31/2020 Jurisdiction: UNITED STATES,WASHINGTON Formation/Registration Date: 10/06/2008 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: TIMOTHY KITTILSBY Street Address: 400 VALLEY AVE NE, PUYALLUP,WA,98372-2516,UNITED STATES Mailing Address: 400 VALLEY AVE NE,PUYALLUP,WA,98372-2516,UNITED STATES GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL TIM KITTILSBY GOVERNOR INDIVIDUAL LISA KITTILSBY GOVERNOR INDIVIDUAL WALT MILES https:Hccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1/1 WV AUTHORIZED SIGNATORY LISTING INSTRUCTIONS: This form is a listing of individuals who are authorized as legal representatives of Miles Resources, LLC who can sign change orders related to the 2020 Asphalt Overlay contract with the City of Federal Way,on behalf of Miles Resources, LLC. The following list of names and their corresponding signatures will be used to verify that the signatures that appear on the Contracts or other legal documents was actually made by the Contractor's authorized signatory,and not by a representative, designee or other individual. First/Last Name: Title: Signature: i Jeff Williams Project Manager _ I certify that I am the Vice President for Miles Resources, LLC and as an authorized officer I certify that Jeff Williams who is identified on this listing is authorized to sign change order documents for Miles Resources, LLC. Company: Miles Resources, LLC Signature: r Date: 6/11/2020 Name/Title: Brad Griffith AUTHORIZATION TO ACT ON BEHALF OF MILES RESOURCES,LLC A WASHINGTON LIMITED LIABILITY COMPANY WHEREAS,Miles Resources,LLC(the"Company")is a Washington limited liability company organized for purposes of(among other things)managing and operating business assets used in connection with the Company's construction,paving and related activities; WHEREAS,all authority to operate the business and affairs of the Company is vested in one or more mangers,and the managers of the company are Walt Miles,Lisa Kittilsby,and Tim Kittilsby (hereinafter the"Managers"); WHEREAS,the Mangers of the company intend to delegate certain authority relating to the day- to-day operations of the company to the individuals identified below; NOW THEREFORE,be it resolved as follows: RESOLVED,that the Mnnagers hereby delegate a portion of their authority to the"Operations Managers:orthe Company named below; RESOLVED,that each of the Operations Managers,acting individually,shall have the power and authority to manage the day-to-day business of the company. Without limiting the generality of the foregoing,the Operations Managers shall have the power and authority to negotiate and enter into contracts on behalf of the Company,sign documents relating to such contracts,and to engage in any other acts related to the Company's day-to-day operations; RESOLVED,that Angela Reis is hereby removed as Operations Mangers of the company. For the purpose of execution of the Authorization,a facsimile or electronically scanned signature shall have the same force and effect as an original signature. This Agreement may be executed in one or more counterparts,all of which shall be considered one and the same Agreement. SIGNED and EFFECTIVE this IS1 day of August.2015 MILES RESOURCES,LLC OPERATIONS MANAGERS By: Walt Miles Br die iffi h Its: Manager and Member General Man ger/O erations Manager Ate ' By: Lisa Kittilsby Krystal Amos Its: Manager and Member Controller/Operations Manager By: Tint Kittilsby Its: Manager RETURN TO: PW ADMIN EXT: 2700 ID#: 3742 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/CAPITAL PROJECTS 2. ORIGINATING STAFF PERSON:JOHN COLE EXT: 2718 3. DATE REQ.BY:5/15/2020 3. TYPE OF DOCUMENT(CHECK ONE): p CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT O SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT O MAINTENANCE AGREEMENT O GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE O RESOLUTION ❑ CONTRACT AMENDMENT(,I. G�):AG 20-053 O INTERLOCAL o OTHER�H_AN—E._QR.D.ER #002 4. PROJECT NAME: 2020 ASPHALT OVERLAY PROJECT 5. NAME OF CONTRACTOR: MILES RESOURCES _ ADDRESS: 400 VALLEY AVE NE PUYALLUP, WA TEI,FPEIONF.:253-307-4953 E-MAIL:JeffWilliams CJeff.williamsCa}milosresources.cam> FAX: SIGNATURE NAME: JEFF WILLIAMS TITLE: PROJECT MANAGER 6. EXHIBITS AND ATTACHMENTS:O SCOPE,WORK OR SERVICES O COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS O PROOF OF AUTHORITY TO SIGN O REQUIRED LICENSES O PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. 12/31/ UBI#602-870-349 EXP. 1 2/1 221 7. TERM: COMMENCEMENT DATE:TBD COMPLETION DATE: TBD 8. TOTAL COMPENSATION:S$2,381,492.45 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: O YES 0 NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: O YES 0 NO IF YES,$ PAID BY: O CONTRACTOR O CITY RETAINAGE: RETAINAGE AMOUNT: o RETAINAGE AGREEMENT(SEE CONTRACT)OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 102-4400-520-595-30-110 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED 8 PROJECT MANAGER JC 5/4/20 A DIVISION MANAGER SLH 5/4/20 8 DEPUTY DIRECTOR DSW 5/4/20 8 DIRECTOR L'-> ❑ RISK MANAGEMENT (IF APPLICABLE) I LAW DEPT ER 5/14/2020 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE RECD:5/25/20 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT ❑ SIGNATORY(MAYOR OI DIRECTOR 'l 'L� L�LJ ❑ CITY CLERK PQ�/�' ❑ ASSIGNED AG# AG# ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE" "ORIGINALS 1/2020 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER 520 AG 20-053 02 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE 2020 ASPHALT OVERLAY PROJECT MILES RESOURCES,INC. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the changes summarized below: 1. Contractor Retainage Option, revised form and Bond attached. Miles Resources, Inc. provided a retainage bond (Option 4)instead of having retainage withheld(Option 1). The time provided for completion in the Contract is ❑ Unchanged ❑ Increased by_Working Day(s) ❑ Decreased by_Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 2.183,610.45 PREVIOUS CHANGE ORDERS $ 212,296.60 THIS CHANGE ORDER $ 0.00 NEW CONTRACT AMOUNT $ 2,395,907.05 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520/RFB#20-001 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. J,—zV — P CONT CT S S NATURE DATE .--' sA PUBLIC ORKS DIRECTOR DATE CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520/RFB#20-001 RETURN TO: PW ADMIN EXT: 2700 ID#: 3740 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATINGDEPT/DiV: PUBLIC WORKS/CAPITAL PROJECTS 1. ORIGINATING STAFF PERSON:JOHN COLE EXT: 2718 3. DATE REQ.8Y: 5/5/20 +. TYPE OF DOCUMENT(CHECK ONE): E3 CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) O PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT O PROFESSIONAL SERVICE AGREEMENT O MAINTENANCE AGREEMENT O GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT O SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) O ORDINANCE O RESOLUTION O CONTRACT AMENDMENT(AG#):20-053 ❑ INTERLOCAL o OTHER CONTRACT CHANGE ORDER G. PROJECT NAME: 2020 ASPHALT OVERLAY PROJECT - Change order#1 I. NAME OFCONTRACTOW. MILES RESOURCES ADDRESS: TELEPHONE: 253.383.3585 7(474 E-MAIL:J ff Williams < eff.williams milesresources.com> FAX: SIGNATURENAME: Jeff Williams TITLE: ESTIMATOR/PROJEM 1. EXHIBITS AND ATTACHMENTS:O SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHEF REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN O REQUIRED LICENSES O PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. 12/31/ UBI#602-870-349 ,EXP. 12tDec-fl TERM: COMMENCEMENT DATE: COMPLETION DATE: i. TOTAL COMPENSATION:$2,183,61-0.45+21 2,296.,60=2,395,907 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE—ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES O NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED I!1 PURCHASING: PLEASE CHARGE TO: 102-4400-520-595-30-110 1. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED 8 PROJECT MANAGER JC 4/28/20 8 DIVISION MANAGER SH 4/28/20 8 DEPUTY DIRECTOR DSW 4/30/20 8 DIRECTOR L —_., s Here ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT ER 5/1/2020 0. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: Na COMMITTEE APPROVAL DATE: n/a SCHEDULED COUNCIL DATE: n/a COUNCIL APPROVAL DATE: n/a 1. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDERINOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT IGNATORY(MAYOR OR DIRECTOR) CITY CLERK ❑ ASSIGNED AG# AG# ❑ SIGNED COPY RETURNED DATE SENT: :OMMENTS: ?XECUTE" "ORIGINALS 'LEASE SEE ATTACHE CHANGE ORDER AND ASSOCIATED FIELD DIRECTIVE FOR REVIEW PRIOR TO SENDING TO CONTRACTOR. 1/2020 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER 520 AG 20-053 01 M PROJECT NUBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE 2020 ASPHALT OVERLAY PROJECT MILES RESOURCES,INC. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. PER FIELD DIRECTIVE 001(Attached) Sheet#3 Extend butt joint 10 feet. Sheet#34 Additional sidewalk removal. Sheet#36 Additional sidewalk removal. Sheet#46 Remove existing ramp and replace with sidewalk,curb and gutter. Sheet#62 Added additional overlay and associated work. Sheet#63 Added additional overlay and associated work. Sheet#64 Additional sidewalk removal. Sheet#65 Additional sidewalk removal. Sheet#68 Additional sidewalk removal. Sheet#72-76 Added 5 additional ADA ramps -Sheet#62,63,72-76=$197,882.00 -Sheet#3=$6,623.60 -Sheet#34,36,64, 65,68=$704.00 -Sheet#46=$3,087.00 2. COVID-19 SUPLIES The project is required to include project specific COVID-19 health and safety plan (CHSP) as a result of the COVDI-19 epidemic, which occurred after signing the contract for the subject project. This change ordered incorporates Section 1-07.4(2) Health Hazards of Washington State Department of Transoportation General Provisions, Option 2 effective April 7, 2020 into the contract. The city agrees to reimburse the contractor for wash station and sanitation supplies. -1 EA x$4,000.00/EA=$4,000.00(FA) The time provided for completion in the Contract is ® Unchanged ❑ Increased by_Working Day(s) ❑ Decreased by_Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No LINE ITEM QUANTITY ADJUSTMENTS: CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520/ RFB#20-001 Sch F The Ridge Sheet#62,63,72-76 Item Spec. Item Description Plan Unit Unit Price Total Bid No. Section Qty 1 1 1-09 Mobilization 1 L5 $28,317.30 $28,317.30 2 1-10 Flaggers and Spotters 200 HR $59.00 $11,800.00 3 1-10 Other Traffic Control Labor 14 HR $75.00 $1,050.00 4 2-02 Asphalt Conc. Pavement Sawcutting 145 LF $2.00 $290.00 5 2-02 Cement Conc.Sawcutting 6 LF $2.00 $12.00 6 2-02 Removal of Cement Conc.Curb and Gutter 12 LF $20.00 $240.00 7 2-02 Removal of Extruded Cement Conc.Curb 236 LF $6.00 $1,416.00 8 2-03 Roadway Excavation Incl. Haul 4 Cy $145.00 $580.00 9 5-04 Planing Bituminous Pavement 1,238 SY $5.65 $6,994.70 10 5-04 HMA Class 1/2" PG 58H-22 362 TN $86.00 $31,132.00 11 5-04 HMA Class 1/2" PG 58H-22 for Pavement Repair 8 TN $160.00 $1,280.00 12 5-04 Crack Sealing 1 FA $80,000.00 $80,000.00 13 7-05 Adjust Manhole 1 EA $1,000.00 $1,000.00 14 7-05 Utility Adjustment 3 EA $1,000.00 $3,000.00 15 8-02 Sod Lawn, Incl.4 In Topsoil 14 SY $100.00 $1,400.00 16 8-04 I Cement Conc. Curb and Gutter 12 LF $50.00 $600.00 17 8-09 Hydrant Marker,Type 21B 2 EA $25.00 $50.00 18 8-13 Adjust Monument Case&Cover 5 EA $800.00 $4,000.00 19 8-14 Extruded Cement Conc. Curb 236 LF $20.00 $4,720.00 20 8-14 Cement Conc.Curb Ramp Type Parallel 5 EA $4,000.00 $20,000.00 Subtotal= $197,882.00 Sch A Sheet#3 Item Spec. Item Description Plan Unit Unit Price Total Bid No. Section Qty 12 2-03 Roadway Excavation Incl. Haul 20 CY $167.00 $3,340.00 13 5-04 Planing Bituminous Pavement 59 SY $4.40 $259.60 14 5-04 HMA Class 1/2" PG 58H-22 36 TN $84.00 $3,024.00 Subtotal= $6,623-60 Sidewalk Removal Item Spec. Item Description Plan Unit Unit Price Total Bid No. Section Qty 9 2-02 Removal of Cement Conc.Sidewalk(Sch D,#34) 2.4 SY $20.00 $48.00 9 2-02 Removal of Cement Conc. Sidewalk(Sch D,#36) 2.4 SY $20.00 1 $48.00 7 2-02 Removal of Cement Conc. Sidewalk(Sch F,#64) 2.8 SY $80.00 $224.00 7 2-02 Removal of Cement Conc.Sidewalk(Sch F,#65) 3.5 SY $80.00 $280.00 7 l 2-02 Removal of Cement Conc. Sidewalk(Sch F,#68) 1.3 SY $80.00 $104.00 Subtotal= 1 704.00 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520/ RFB#20-001 Sch E Sheet#46 Item N2-02 Item Description Plan Unit Unit Price Total Bid No. aty 7Removal of Cement Conc. Sidewalk 11.1 SY $20.00 $222.00 8Removal of Cement Conc. Curb and Gutter 20 LF $20.00 $400.00 17 8-04 Cement Conc. Curb and Gutter 20 LF $40.00 $800.00 24 8-14 Cement Conc. Sidewalk 11.1 SY $150.00 $1,665.00 Subtotal 510L87.00 THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ADD OR ITEM CITY UNIT PRICE DELETE COVID-19 WASH STATION AND 1 54,000.00 $4,000.00 SANATATION SUPPLIES DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 2,183,610 PREVIOUS CHANGE ORDERS $ 0.00 THIS CHANGE ORDER $ 212,296.&0 NEW CONTRACT AMOUNT $ 2.395.907.05, 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. CO RACTOR'S SIGNATURE DATE t4 -IJAIr,� -&J PUBLI WORKS DIRECTOR DATE CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#5201 RFB#20-001 FIELD DF y PUBLIC WORK: i�lr�C7vrS�r M1Ja._ FD 001 ooj c4; 2020 ASPHAt.T OVERLAY PROJFCT Prc�j,,-ci Address VARIES C�.tii ur. CITY OF:FEDERAL WAY Tv: MILES RESOURCES, LLC. �rarn: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT You APrHERE18YDtRCCTM To E=XECUTE PROMPTLY I11iIS"FIELD DIRECTIVE'WHICH MAY CHANGE THE ORIGINAL ,aPPR( VEb PLANS ANDJOR TERMS AGREED TO UPON 13Y YOUR CONTRACT ISSU50 BY THE PUBLIC WORKS DEPARTMENT FOR YOUR PROJECT. SUBJECT: ADDITIONAL OVERLAY, ADA RAMPS, SIDEWALK REMOVAL AND NOTES TO PLANS PER THIS"FIELD DIRECTIVE"—.; The current rill ins ai e to oe ammended with the follo,rrinct changes. Sheet## Change 62 P,dded additional overlav and associated work 63 ;Added additional overiav worts 72.76 Addy d ", oddilional ;ODA rim s 32 Added note, no change of work 33 Added nate, no change of work 34 Added note and addkl anal sidewalk removal. 35 Add or] mate. no ch a nq a of wort; 36 Added note and additional sidewalk removal. 37 Added note, no Chnntle of work 38 Aridcd nole, no ch:inc n of ,vork 39 Added mote, no change of%fork 49 Added note:. rio chance of Work 50 Added no'o. no chnn e of work 51 Added note„ no change of work 41 Added note. no change of work 42 20eled truncated domes from plans -53 Added noier. no chanfao pf work 54 Added rote, no change of work 64 Added nule and addit:onal sidevviilk rifmova , 65 Added nnie and addikonal sirjewaik romnvai. 68 Added note and additional sidewalk reffioval. 3 Extended butt joint 10' 46 Remove existing ramp, replace with sidewalk aTtd curb and autter. COMPEKSATION TO COMPLETE THESEFIELD DIRECTIVE WILL BE PER.... Existing bid items. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520/RFB#20-001 Attachments: Plan sheat; Prepared By. .7oh t f Caphd Engineer Appr'av®d By: Date: Public Woft 1;9w1or or$dreat'sm"m Manager Received By: Date: Controdur(MMO Rescumea LLC) CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520/ RFB#20-001 6,1012020 Corporations and Charities System } firmyns-and Charities Filing System�i�'e S - BUSINESS INFORMATION Business Name: MILES RESOURCES LLC UBI Number: 602 870 349 Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Principal Office Street Address: 400 VALLEY AVE NE, PUYALLUP,WA,98372-2516,UNITED STATES Principal Office Mailing Address: 400 VALLEY AVE NE, PUYALLUP,WA,98372-2516, UNITED STATES Expiration Date: 10/31/2020 Jurisdiction: UNITED STATES,WASHINGTON Formation/Registration Date: 10/06/2008 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION https:llccfs.sos.wa.govli,'/BusinessSearchlBusinesslnformation 112 6/10/2020 Corporations and Charities System Registered Agent Name: TIMOTHY KITTILSBY Street Address: 400 VALLEY AVE NE, PUYALLUP,WA, 98372-2516, UNITED STATES Mailing Address: 400 VALLEY AVE NE, PUYALLUP,WA, 98372-2516, UNITED STATES GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL TIM KITTILSBY GOVERNOR INDIVIDUAL LISA KITTILSBY GOVERNOR INDIVIDUAL WALT MILES Back Filing History JFNamel-listory Print Return to Business Search https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 2/2 V W o,� t 4� AUTHORIZED SIGNATORY LISTING INSTRUCTIONS: This form is a listing of individuals who are authorized as legal representatives of Miles Resources, LLC who can sign change orders related to the 2020 Asphalt Overlay contract with the City of Federal Way,on behalf of Miles Resources, LLC. The following list of names and their corresponding signatures will be used to verify that the signatures that appear on the Contracts or other legal documents was actually made by the Contractor's authorized signatory,and not by a representative, designee or other individual. Firstjlast Name: Title: Signature: Jeff Williams Project Manager I certify that I am the Vice President for Miles Resources, LLC and as an authorized officer I certify that Jeff Williams who is identified on this listing is authorized to sign change order documents for Miles Resources, LLC. Company: Miles Resources, LLC Signature: Date: 6/11/2020 Name/Title: Brad Griffith AUTHORIZATION TO ACT ON BEHALF OF f MILES RESOURCES,LLC J A WASHINGTON LIMITED LIABILITY COMPANY WHEREAS,Miles Resources,LLC(the"Company")is a Washington limited liability company organized for purposes of(among other things)managing and operating business assets used in connection with the Company's construction,paving and related activities; WHEREAS,all authority to operate the business and affairs of the Company is vested in one or more mangers,and the managers of the company are Walt Miles,Lisa Kittilsby,and Tim Kittilsby (hereinafter the"Managers"); WHEREAS,the Mangers of the company intend to delegate certain authority relating to the day- to-day operations of the company to the individuals identified below; NOW THEREFORE,be it resolved as follows: RESOLVED,that the Managers hereby delegate a portion of their authority to the"Operations Managers:of the Company named below; RESOLVED,that each of the Operations Managers,acting individually,shall have the power and authority to manage the day-to-day business of the company. Without limiting the generality of the foregoing,the Operations Managers shall have the power and authority to negotiate and enter into contracts on behalf of the Company,sign documents relating to such contracts,and to engage in any other acts related to the Company's day-to-day operations; RESOLVED,that Angela Reis is hereby removed as Operations Mangers of the company. For the purpose of execution of the Authorization,a facsimile or electronically scanned signature shall have the same force and effect as an original signature. This Agreement may be executed in one or more counterparts,all of which shall be considered one and the same Agreement. SIGNED and EFFCCTIVE this I" day of August.2018 MILES RESOURCES,LLC OPERATIONS MANAGERS By: Walt Miles Br die iffi h Its: Manager and Member General Maniger/011erations Manager By: Lisa.Kittilsby _ Krystal Amos Its: Manager and Member Controller/Operations Manager By: Tim Kinilsby Its: Manager I J RETURN TO: PW ADMIN EXT: 2700 ID#3675/3720 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT./DIV: PUBLIC WORKS/CAPITAL PROJECTS 2. ORIGINATING STAFF PERSON: JOHN COLE EXT: 2716 3. DATE REQ.BI': 4. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) X 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 ❑ OTHER S. PROJECT NAME: 2020 ASPHALT OVERLAY CONTRACT DOCS 6. NAME OF CONTRACTOR: MILES RESOURCES ADDRESS: TELEPHONE E-MAIL: FAX: SIGNATURE NAME: TITLE 7. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS 8. TERM: COMMENCEMENT DATE: UPON EXECUTION COMPLETION DATE: ©np 9. TOTAL COMPENSATION$2,472,790,00 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE:❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED OYES 0 NO IF YES,$ PAID BY:❑CONTRACTOR❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 10. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED © PROJECT MANAGER ALREADY SIGNED/REFERENCE 3675(A) SH 3/17/2020 O DIRECTOR EJW 3/24/2020 N DEPUTY DIRECTOR ALREADY SIGNED/REFERENCE 3675(A) DSW 3/17/2020 91 LAW ALREADY SIGNED/REFERENCE 3675(A) Reviewed ER 3/23/2020 d DIVISION MANAGER ALREADY SIGNED/REFERENCE 3675(A) _ 11. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (Include dept.support staff if necessary and feel fi-ee to set notification more than a month in advance if council approval is needed.) INITIAL/DATE SIGNED r DEPAR'T� (,`, 4rd 1.dATORY MAYOR 'R DIRECTOR)CLERK SSIGNED AG# AG# w O COMMENTS: 2/tial 7 RETURN TO: PW ADMIN EXT: 2700 ID CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ 2. ORIGINATING STAFF PERSON: �� t~ EXT: 27/ 3. DATE REQ.BY. �9 3. TYPE OF DOCUMENT(CHECK ONE): /''� XCONTRACTOR SELECTION DOCUMENT(E.0 FE FTP,RFQ) Cl 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 ❑ CONTRACTAMCNDN1fNT�AG#); Cl INTERLOCAL 4. PROJECT NAME: /�e B>'i 5. NAME OF CONTRACTOR: F71�] ADDRESS: TELEPHONE: E-MAIL: FAX: SIGNATURE NAME: TITLE: 6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP.12/31/ UBI# .EXP. 7. TERM: COMMENCEMENT DATE: COMPLETION DATE: 8. TOTAL COMPENSATION:$ (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 9. DOCUMENT/CONTRACT REVIEW INCE . TE REVallp INITIAL/DATE APPROVED ,�Z PROIECT MANAGER DIVISION MANAGER ` �� i DEPUTY Di EC'POR DIRECTOR RISK MANAGEMENT (TAPPLICABLE) LAW DEPT G 1117 74 10.. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED CotymIITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENTTO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE;LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDERJNOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT ❑ SIGNATORY(MAYOR OR DIRECTOR) ❑ CITY CLERK ❑ ASSIGNED AG# AG# ❑ SIGNED COPY RETURNED DATE SENT: ❑RETURN ONE ORIGINAL COMMENTS: EXECUTE" "ORIGINALS 1/20 L8 PUBLIC WORKS CONTRACT THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of , 2020 and is made by and between the City of Federal Way, a Washington municipal corporation ( ity or Owner"), and Miles Resources LLC, a Washington limited liability company ("Contractor"), for the project known as 2020 Asphalt Overlay Project (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 Two Million Three Hundred Eighty-One Thousand FOur Hundred Ninety-two and 451100 L7allars ($2.381.492.45 ), 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 Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-1 RFB#20-001 CFW RFB VERSION 2019.06.11 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 immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-2 RFB#20-001 CFW RFB VERSION 2019 06.11 Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Provided, however, the Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does not include, or extend to, any claims by the Contractor's employee directly against the Contractor. The Contractor recognizes that this waiver was specifically entered into. 5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of the Contract Documents and assumes all risk thereof. 5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any applicable statute of repose with respect to claims, fines, costs or damages brought or made against any Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract. 5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the City may, in the City's sole discretion, release such funds if the Contractor provides the City with adequate assurance of the protection of the City's and the other Indemnified Parties interests. 5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each Subcontractor to indemnify and defend the City and the Indemnified Parties in the same manner, to the same extent, and for the same duration as Contractor agrees to indemnify and defend the City and the Indemnified Parties in this Section 5. 6. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work, whether or not required to be furnished to the City, shall become the property of the City, shall be delivered to the City at its request, and may be used by the City without restriction. 7. PATENTS, COPYRIGHTS, AND RIGHTS IN DATA 7.1 Any patentable result or material suitable for copyright arising out of this Contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. 7.2 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this Contract, whether or not complete (referred to in this subsection as "Subject Data"), is hereby irrevocably transferred and assigned to the City and shall be vested in the City or such other local, state or federal agency, if any, as may be provided by separate contract with the City. The Contractor shall execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers contemplated in Sections 6 and 7. 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 2020 ASPHALT OVERLAY PROJECT January 2020 Page-3 RFB#20-001 CFW RFB 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 Channe Orders. In addition to its rights under the Contract Documents, the City may unilaterally issue a Change Order at any time making changes within the general scope of the Contract, without invalidating the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or fraud. 8.5 Total Cost Method /Claims. In no event shall a Total Cost Method or a modified Total Cost Method be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision, any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the Bid or Contract price of the Work to calculate any additional compensation or money owed to the Contractor shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site; (vi) claims consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or(ix)any other special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors, or suppliers. 8.6 Warranties _and Guarantees. In addition to the requirements of the Contract Documents, the Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be 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 2020 ASPHALT OVERLAY PROJECT January 2020 Page-4 RFB#20-001 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 Sole Authority/Discretion/Judgment. Where the Contract Documents provide the City or its Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be considered unconditional and absolute. 8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 8.14 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: John Cole.-Capital Engineer 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 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-5 RFB#20-001 CFW RFB VERSION 2019.06.11 CONTRACTOR: Miles Resources LLC 400 Valley Ave NL T Puyallup, WA 98372 ENGINEER: City of Federal Way Attn: Proiect Enaineer 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-6 RFB#20-001 CFW RFB VERSION 2019.06.11 DATED the day and year set forth above. CITY EDERAL WAY: CONTRACTOR: r f / q Ji rrell, ayor Signatu outh zed 1nividua! , 3W5 8th Avenue South Federal Way, WA 98003-6325 Brad Griffith, Mce President Printed Name of Authorized Individual ATTEST. PA06d"00A� 400 Valley Ave NE Street Address p anie Courtney, CMC, Uy Clerk Puyallup, WA 98372 APPROVED AS TO FORM: City, State, Zip drl J. Ryan Call, City Atrorney NOTARY OF CONTRACTOR'S SIGNATURE: STATE OF WASHINGTON ) COUNTY OF Rk. ce )) ss. 1 V�� On this day p [�ovally appeared before me Y-ZZ /t�1-E"C ') to me known to be the%'t Cy yr, [ I r_ of 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 mry Land and official seal this Li day of O�'rc- l 2(�. ST�A 1+r c r/111��� P Q�a:� (typed/printed name of notary) N T'4N Ln' Notary Public in and for the State of Washington. n..Z� My commission expires / 7/,D ��A-%PPM CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-7 RFB#20-001 CFW RFB VERSION 2019.06.11 SAMPLE CONTRACT CHANGE ORDER PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The time provided for completion in the Contract is Ll 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: IINCREASE$ DECREASE$ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS 5 THIS CHANGE ORDER $ NEW CONTRACT AMOUNT $ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-8 RFB#20-001 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 Order provided for Contractor's reference. Change orders executed during the project will use this form. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-9 RFB#20-001 CFW RFB VERSION 2019,06.11 CERTIFICATE OF INSURANCE 4 Contractor's Certificate of Insurance to be inserted here during Contract Execution CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-10 RFE#20-001 CFW RFB VERSION 2019.06.11 Client#:17793 MILESAND ACORDTM CERTIFICATE OF LIABILITY INSURANCEDATE(MM/DD/YYYY) 3/31/2020 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 CONTNAME Sharnel Di Vona Propel Insurance (PHONEAIC,N .EY,,.800 499-0933 (,v,FAXNo, 866 577-1326 Tacoma Commercial Insurance t•M"'L . 5harnel.Divona@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURERS AFFORDING COVERAGE NAIC 0 Tacoma,WA 98402 INSURER A:Alaska National Insurance Company 38733 INSURED INSURER B:Sirius International Insurance Corp Miles Resources LLC INSURER C 400 Valley Ave NE INSURER D, Puyallup,WA 98372 INSURER E. INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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. LTRR TYPE OF INSURANCE ADDL UV.BR POLICY NUMBER /MM/DD/YYYF MM/DD/YVYVV LIMITS A X COMMERCIAL GENERAL LIABILITY 20DLS11734 04/01/2020 04/01/2021 EACH OCCURRENCE $1 000.000 CLAIMS-MADE u OCCUR PRMMISET RENTED cu"enc-) $100,000 X BI/PD Ded:$1,000 MED EXP(Any one Derson) $5,000 X CG0001 04/13 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PR POLICY n I JECOT I^ 1 LOC PRODUCTS COMP/OP AGG s2,000,000 ll a OTHER: $ A AUTOMOBILE LIABILITY 20DAT11734 4/01/2020 04/01/2021 QIEj Sli•iGLF LIAarC e1.000.000 X ANY AUTO BODILY INJURY(Per person) $ OWNED J SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY fPor accident� -_ X ZA002010/13 $ A X UMBRELLA LIABX OCCUR 20DLU11734 4/01/2020 04/01/2021 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGR,F.GA7E s5,000,000 DFD I X I RETENTIONS 10 000 $ A WORKERS COMPENSATION 20DLS11734 4/01/2020 04/01/2021 GER i OTH- AND EMPLOYERS'LIABILITY TP IFIR AN f PROPRIE-OR PARTNER E:XECUTIVE�I (WA STOP GAP ONLY) E L EACH ACCIDENT $1,000.000 OFrICE=i IV MBER E£C-_MEr&• LJ N/A (Mandatory in NH) E L DISEASE-EA EMPLOYEE I o,000.000 If yes,describe under DESCRIPTION OF OPERATIONS helow E.L.DISEASE-POLICY LIMIT $1.000,000 B Pollution w/Mold CPL00011321 4/01/2020 04/01/2021 $3,000,000/$25,000 ded. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:20023/2020 Asphalt Overlay. Additional Insured Status applies per attached form(s). CERTIFICATE HOLDER CANCELLATION City of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Y Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 33325 8th Ave South ACCORDANCE WITH THE POLICY PROVISIONS. Federal Way,WA 98003 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S4074139/M4073995 KTROO This page has been left blank intentionally. 4&V Alaska National 1 N S U RANGE C O M PA NY BLANKET ADDITIONAL INSURED — AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Additional Premium: included 1. The following is added to SECTION II — WHO IS (2) If the "written contract requiring insurance" AN INSURED: specifically requires you to provide additional insured coverage to that person Any person or organization that: for injury or damage that is caused, in whole or in part, by the acts or omissions a. You agree in a "written contract requiring of you or your subcontractor, that person insurance" to include as an additional insured or organization is an additional insured on this Coverage Part; and only if the injury or damage is caused, in whole or in part, by the acts or omissions b. Has not been added to this policy as an of you or your subcontractor in the additional insured for the same project by the performance of "your work" to which the attachment of an endorsement under this "written contract requirjng insurance" Coverage Part which includes such person or applies"or organization in the endorsement's schedule; '(3) If neither Paragraph (1) nor (2) above is an insured, but: applies that person or organization is only an additional insured if, and only to the c. Only with respect to liability for "bodily injury", extent that, the injury or damage is caused "property damage"or"personal and advertising by negligent acts or omissions of you or injury"; and your subcontractor in the performance of "your work" to which the "written contract d. Only as described in Paragraph (1), (2) or (3) requiring insurance" applies.The person or below,whichever applies: organization does not qualify as an additional insured with respect to injury or (1) If the "written contract requiring insurance" damage caused in whole or in part by specifically requires you to provide independent negligent acts or omissions of additional insured coverage to that person such person or organization. for injury or damage that arises out of"your work", that person or organization is an additional insured only if the injury or damage arises out of"your work" to which the "written contract requiring insurance" applies; ANIC GL 1218 05 18 Page 1 of 3 4fW Alaska National INSURANCE C D M P A N Y 2. If the"written contract requiring insurance"contains (1) The preparing, approving, or failing to a specific requirement that you procure completed prepare or approve, maps, shop drawings, operations coverage or coverage within the opinions, reports, surveys, field orders or "products-completed operations hazard" for the change orders, or the preparing, additional insured, then the insurance provided to approving, or failing to prepare or approve, the additional insured covers "bodily injury" or drawings and specifications; and "property damage"that occurs within the"products- completed operations hazard" at the level specified (2) Supervisory, inspection, architectural or in Paragraph 1.d.(1), 1.d.(2), or 1.d.(3), whichever engineering activities. applies. However, even if completed operations coverage or coverage within the "products- 4. The insurance provided to the additional insured by completed operations hazard" is required by the this endorsement is excess over any valid and "written contract requiring insurance", such collectible other insurance, whether primary, coverage is available to the additional insured only excess, contingent or on any other basis, that is if the "bodily injury" or "property damage" occurs available to the additional insured. However, if the prior to the end of the time period during which you "written contract requiring insurance" specifically are required by the "written contract requiring requires that this insurance apply on a primary insurance" to provide such coverage or the basis or a primary and non-contributory basis, this expiration date of the policy,whichever comes first. insurance is primary to other insurance available to the additional insured under which that person or 3. The insurance provided to the additional insured by organization qualifies as a named insured, and we this endorsement is limited as follows: will not share with that other insurance. But the insurance provided to the additional insured by this a. If the Limits of Insurance of this Coverage Part endorsement still is excess over any valid and shown in the Declarations exceed the collectible other insurance, whether primary, minimum limits of liability required by the excess, contingent or on any other basis, that is "written contract requiring insurance", the available to the additional insured when that insurance provided to the additional insured person or organization is an additional insured, or will be limited to such minimum required limits is any other insured that does not qualify as a of liability. For the purposes of determining named insured, under such other insurance. whether this limitation applies, the minimum limits of liability required by the "written 5. As a condition of coverage provided to the contract requiring insurance"will be considered additional insured by this endorsement: to include the minimum limits of liability of any Umbrella or Excess liability coverage required a. The additional insured must give us written for the additional insured by that "written notice as soon as practicable of an contract requiring insurance". This "occurrence" or an offense which may result in endorsement will not increase the limits of a claim. To the extent possible, such notice insurance described in Section III — Limits Of should include: Insurance. (1) How, when and where the "occurrence" or b. The insurance provided to the additional offense took place; insured does not apply to "bodily injury", "property damage", or "personal and (2) The names and addresses of any injured advertising injury" arising out of an architect's, persons and witnesses; and engineer's, or surveyor's rendering of or failure to render any professional services including: (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. ANIC GL 1218 05 18 Page 2 of 3 Af&V Alaska National INSURANCE COMPANY b. If a claim is made or "suit" is brought against 6. The following is added to the DEFINITIONS the additional insured, the additional insured Section: must: "Written contract requiring insurance" means that (1) Immediately record the specifics of the part of any written contract or agreement for claim or"suit" and the date received; and construction services under which you are required to include a person or organization as an additional (2) Notify us as soon as practicable. insured on this Coverage Part, provided that the "bodily injury" and "property damage' occurs, and The additional insured must see to it that we the "personal and advertising injury" is caused by receive written notice of the claim or "suit" as an offense committed, during the policy period and: soon as practicable. a. After the signing and execution of the contract c. The additional insured must immediately send or agreement by you; and us copies of all legal papers received in connection with the claim or "suit", cooperate b. While that part of the contract or agreement is with us in the investigation or settlement of the in effect. claim or defense against the "suit', and otherwise comply with all policy conditions. d. The additional insured must tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insurance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which covers that person or organization as a named insured as described in Paragraph 3. above. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective 4-1-2020 Policy No. 20D LS 11734 Insured Miles Sand &Gravel Endorsement No. Countersigned By Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. ANIC GL 1218 05 18 Page 3 of 3 This page has been left blank intentionally. AV Alaska Alational INSURANCE COMPANY CONTRACTORS' GENERAL LIABILITY ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Coverage afforded under this extension of coverage endorsement does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part. SCHEDULE OF COVERAGES ARE SUMMARIZED BELOW 1. Miscellaneous Additional Insureds 14. In Rem Actions 8 additional insured extensions. 1. MISCELLANEOUS ADDITIONAL INSUREDS Primary and Noncontributory Insurance Section II Who Is An Insured is amended to 2. Damage To Premises Rented to You include as an additional Insured any person or Limit increased to$500,000. organization described in Paragraphs 2.a. through 2.h. below whom you are required to add 3. Medical Payments as an additional insured on this policy under a Limits increased to$15,000. written contract or written agreement. However, Reporting period increased to three years from the written contract or written agreement must be: the date of accident. 1. Currently in effect or becoming effective 4. Non-owned Watercraft during the term of this policy; and Increased to 50 feet. 2. Executed prior to the "bodily injury", 5. Supplementary Payments "property damage"or"personal injury and Cost of bail bonds increased to$10,000, advertising injury', but Daily loss of earnings increased to$500. Only the following persons or organizations 6. Newly Formed Or Acquired Organizations are additional insureds under this Coverage extended to the end of the policy period endorsement and coverage provided to such or the next anniversary of this policy's effective additional insureds is limited as provided date. herein: 7. Liberalization Clause a. State or Governmental Agency or Subdivision or Political Subdivi- 8. Unintentional Failure To Disclose Hazards sions 9. Notice of Occurrence Any state or governmental agency or subdivision or political subdivision 10. Broad Knowledge of Occurrence that has issued a permit in connection with operations performed 11. Bodily Injury-Extension of Coverage by you or on your behalf and that you are required by any ordinance, law or 12. Expected Or Intended Injury building code to include as an Reasonable force - bodily injury or property additional insured on this coverage damage. part is an additional insured, but only with respect to liability for "bodily 13. Blanket Waiver of Subrogation injury', "property damage", "personal Waiver of subrogation where required by written and advertising injury' arising out of contract or written agreement. such operations. ANIC GL 1187 07 16 Page 1 of 6 Alaska National INS U RAN C E C 0 M PA NY The insurance provided to such state e. Owners or Other Interests From or political subdivision does not apply Whom Land Has Been Leased to any "bodily injury", "property damage" or"personal and advertising An owner or other interest from whom injury' arising out of operations land has been leased by you but only performed for that state or political with respect to liability arising out of subdivision. the ownership, maintenance or use of that specific part of the land leased to b. Controlling Interest you and subject to the following additional exclusions: Any persons or organizations with a controlling interest in you but only This insurance does not apply to: with respect to their liability arising out of: (1) Any "occurrence" which takes place after you cease to lease (1) Their financial control of you,or that land; or (2) Premises they own, maintain or (2) Structural alterations, new con- control while you lease or occupy struction or demolition operations these premises. performed by or on behalf of such additional insured. This insurance does not apply to structural alterations, new construc- f. Co-owner of Insured Premises tion and demolition operations performed by or for such additional A co-owner of a premises co-owned insured. by you and covered under this insurance but only with respect to the c. Managers or Lessors of Premises co-owners liability as co-owner of such premises. A manager or lessor of premises but only with respect to liability arising out g. Lessor of Equipment of the ownership, maintenance or use of that specific part of the premises Any person or organization from leased to you and subject to the whom you lease equipment. Such following additional exclusions: person or organization is an additional insured only with respect to This insurance does not apply to: their liability for "bodily injury", "property damage" or "personal and (1) Any "occurrence" which takes Advertising injury" caused, in whole place after you cease to be a or in part, by your maintenance, oper- tenant in that premises; or ation or use of equipment leased to you by such person or organization. (2) Structural alterations, new con- A person's or organization's status as struction or demolition operations an additional insured under this performed by or on behalf of endorsement ends when their written such additional insured. contract or written agreement with you for such leased equipment ends. d. Mortgagee, Assignee or Receiver With respect to the insurance A mortgagee, assignee or receiver afforded these additional insureds, but only with respect to their liability the following additional exclusions as mortgagee, assignee, or receiver apply: and arising out of the ownership, maintenance, or use of a premises by This insurance does not apply: you. (1) To any "occurrence" which takes This insurance does not apply to place after the equipment lease structural alterations, new construc- expires; or tion or demolition operations performed by or for such additional insured. ANIC GL 1187 07 16 Page 2 of 6 Alaska National INSURANCE COMPANY (2) To "bodily injury', "property additional insured. However, damage", or "personal and even if coverage within the advertising injury" arising out of "products-completed operations the sole negligence of such hazard" is required by the written additional insured. contract, such coverage is available to the additional insured h. Owners, Lessees or Contractors only if the "bodily injury" or "property damage"occurs prior to (1) Such person or organization is an the end of the time period during additional insured for "bodily which you are required by the injury', "property damage" and written contract to provide such "personal and advertising injury" coverage or the expiration date of if, and only to the extent that, the the policy,whichever comes first. injury or damage is caused by negligent acts or omissions of Any insurance provided to an additional you or your subcontractor in the insured designated under Paragraphs 2.a. performance of "your work" to through 2.g. above does not apply to "bodily which the written contract injury" or "property damage" included within applies. This person or organi- the products-completed operations hazard." zation does not qualify as an additional insured with respect to Primary And Noncontributory Insurance injury or damage caused in whole or in part by independent The following is added to the Other Insurance negligent acts or omissions of Condition and supersedes any provision to the such person or organization. contrary: (2) However, this insurance does not This insurance is primary to and will not seek apply to "bodily injury", "property contribution from any other insurance available to damage" or "personal and advertising injury" arising out of an additional insured under your policy provided an architect's, engineer's, or that: surveyor's rendering of or failure to render any professional (1) The additional insured is a services including: Named Insured under such other insurance; and L the preparing, approving, or failing to prepare or approve (2) You have agreed in writing in a maps, drawings, opinions, contract or agreement that this reports, surveys, change insurance would be primary and orders, design or would not seek contribution from specifications; and any other insurance available to the additional insured. ii. supervisory, inspection, or Section III - Limits of Insurance,the following is engineering services. added: (3) The insurance provided to this With respect to the insurance afforded to the additional insured, does not additional insureds described in Paragraphs a. cover "bodily injury" or "property through h. above, the most we will pay on behalf damage" caused by your of such additional insured is the amount of negligent acts and omissions in the performance of "your work" insurance: that occurs within the "products- (1) Required by the contract or completed operations hazard", unless the written contract agreement; or contains a specific requirement that you procure completed (2) Available under the applicable operations coverage or coverage Limits of Insurance shown in the within the "products-completed Declarations; operations hazard" for the whichever is less. ANIC GL 1187 07 16 Page 3 of 6 Alaska National INSURANCE COMPANY This provision shall not increase the applicable 4. NON-OWNED WATERCRAFT Limits of Insurance shown in the Declaration. A. If endorsement CG 21 09, CG 21 10, CG 24 2. Damage To Premises Rented to You 50, or CG 24 51 is attached to the policy, Paragraph A. 2. g. (2) (b) is replaced by the SECTION III — LIMITS OF INSURANCE, following: Paragraph 6. is replaced by the following: (b) A watercraft that you do not 6. Subject to Paragraph 5. above, the own that is: Damage to Premises Rented to You Limit is the most we will pay under Coverage A (i) Less than 50 feet long: for damages because of "property and damage" to any one premises, while rented to you, or in the case of damage (ii) Not being used to carry by fire, while rented to you or temporarily persons or property for a occupied by you with permission of the charge. owner. B. If Paragraph A. does not apply, Paragraph g. If a limit is shown for Damage to Premises (2) of 2. EXCLUSION under SECTION I — Rented to You the most we will pay under COVERAGES, COVERAGE A — BODILY Coverage A for damages because or "property INJURY AND PROPERTY DAMAGE damage" to any one premises is the Limit shown LIABILITY is replaced by the following: in the Declarations or $500,000, whichever is greater. (2) A watercraft that you do not own that is: 3. MEDICAL PAYMENTS (a) Less than 50 feet long; and A. Section III—Limits of Insurance, Paragraph 7. is replaced by the following (b) Not being used to cavy persons or property for a 7. Subject to Paragraph 5. above the charge. Medical Expense Limit is the most we will pay under Coverage C for all medical 5. SUPPLEMENTARY PAYMENTS expenses because of "bodily injury' sustained by any one person. A. Under Section I-Supplementary Payments - Coverage A and B, Paragraph 1.b., the If a limit is shown for Medical Expense in limit of$250 shown for the cost of bail bonds the Declarations the most we will pay is replaced by$10,000; under Coverage C for all medical expenses because of "bodily injury' B. In Paragraph 1.d., the limit of$250 shown for sustained by any one person is the Limit daily loss of earnings is replaced by$500. shown in the Declarations or $15,000, whichever is greater. 6. NEWLY FORMED OR ACQUIRED ORGANIZATIONS B. This provision 5. (Medical Payments) does not apply if Section I - Coverage C Medical Paragraph 3.a. of Section II-Who Is An Insured Payments is excluded either by the is deleted and replaced by the following: provisions of the Coverage Part or by endorsement. Coverage under this provision is afforded only until the end of the policy period or the next C. Paragraph 1.a.(3)(b)of Section I -Coverage anniversary of this policy's effective date after you C - Medical Payments, is replaced by the acquire or form the organization, whichever is following: earlier. (b) The expenses are incurred and reported to us within three years of the date of the accident; and ANIC GL 1187 07 16 Page 4 of 6 IV Alaska National INSURANCE COMPANY 7. LIBERALIZATION CLAUSE 10. BROAD KNOWLEDGE OF OCCURRENCE If we adopt a change in our forms or rules which The following is added to Paragraph 2.of Section would broaden coverage for contractors under IV- Commercial General Liability Conditions - this endorsement without an additional premium Duties in The Event of Occurrence, Offense, charge, your policy will automatically provide the Claim or Suit: additional coverages as of the date the revision is effective in your state. You must give us or our authorized representative notice of an "occurrence", offense, claim, or"suit" 8. UNINTENTIONAL FAILURE TO DISCLOSE only when the "occurrence", offense, claim or HAZARDS "suit' is known to: SECTION IV — COMMERCIAL GENERAL (1) You, if you are an individual; LIABILITY CONDITIONS — Paragraph 6. — Representations is replaced by the following: (2) A partner, if you are a partnership; 6. Representations (3) An executive officer or the By accepting this policy, you agree: employee designated by you to give such notice, if you are a a. The statements in the Declarations are corporation; or accurate and complete; (4) A manager, if you are a limited b. Those statements are based upon liability company. representations you made to us; and 11. EXPANDED BODILY INJURY c. We have issued this policy in reliance Section V - Definitions, the definition of "bodily upon your representations. injury'is changed to read: The unintentional omission of, or "Bodily injury" means bodily injury, sickness or unintentional error in, any information you disease sustained by a person, including death, provided to us which we relied upon in humiliation, shock, mental anguish or mental issuing this policy will not prejudice your injury by that person at any time which results as rights under this insurance. However, this a consequence of the bodily injury, sickness or provision does not affect our right to collect disease. additional premium or to exercise our rights of cancellation or nonrenewal in accordance 12. EXPECTED OR INTENDED INJURY with applicable laws and regulations. Exclusion a. of Section I - Coverage A- Bodily 9. NOTICE OF OCCURRENCE Injury and Property Damage Liability is replaced by the following: The following is added to Paragraph 2. of Section IV- Commercial General Liability Conditions - a. "Bodily injury" or "property damage" Duties In The Event of Occurrence, Offense, expected or intended from the Claim or Suit: standpoint of the insured. This exclusion does not apply to "bodily Your rights under this Coverage Part will not be injury' or"property damage" resulting prejudiced if you fail to give us notice of an from the use of reasonable force to "occurrence", offense, claim or "suit" and that protect persons or property. failure is solely due to your reasonable belief that the "bodily injury" or "property damage" is not covered under this Coverage Part. However, you shall give written notice of this "occurrence", offense, claim or "suit" to us as soon as you are aware that this insurance may apply to such "occurrence", offense, claim or"suit." ANIC GL 1187 07 16 Page 5 of 6 J%r Alaska National INSURANCE COMPANY 13. BLANKET WAIVER OF SUBROGATION However, this waiver applies only when you have agreed in writing to waive such rights of recovery The Transfer Of Rights Of Recovery Against in a contract or agreement, and only if the Others To Us Condition (Section IV - contract or agreement: Commercial General Liability Conditions) is amended by the addition of the following: 1. Is in effect or becomes effective during the term of this policy; and We waive any right of recovery we may have against any person or organization because of 2. Was executed priorto loss. payments we make for injury or damage arising out of: 14. IN REM ACTIONS 1. Your ongoing operations; or Any action in rem against any vessel owned, operated by or for, or chartered by or for you will 2. "Your work" included in the "products- be treated in the same manner as though the completed operations hazard." action were in personam against you. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. Countersigned By Includes copyrighted material of Insurance Services Office, Inc., with its permission ANIC GL 1187 07 16 Page 6 of 6 Alaska National INSURANCE COMPANY MOTOR CARRIER COVERAGE ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: MOTOR CARRIER COVERAGE FORM (The entries required to complete this endorsement will be shown below or on the"schedule of coverages".) Various provisions in this endorsement restrict 6. TRANSPORTATION EXPENSES — coverage. Read the entire policy carefully to INCREASED TO $200 PER determine rights, duties, and what is and is not DAY/MAXIMUM OF$1,500 covered. 7. LOSS OF USE EXPENSES (HIRED, Throughout this policy,the words"you"and"your' RENTED OR BORROWED) INCREASED refer to the Named Insured shown in the TO$200 PER DAYIMAXIMUM OF$1,500 Declarations. The words"we","us",and"our'refer 8. AIRBAG COVERAGE to the company providing this insurance. 9. FUEL IN VEHICLE COVERAGE-$2,500 Other words and phrases that appear in quotation marks have special meaning. Refer to SECTION 10. FIRE EXTINGUISHER RECHARGE VI—DEFINITIONS in the Motor Carrier Coverage COVERAGE Form. 11. AUTO LOAN/LEASE GAP COVERAGE - The coverages provided by this endorsement $2,500 apply per "accident" and, unless otherwise 12. PERSONAL PROPERTY COVERAGE specified,are subject to all of the terms,conditions, FOR DRIVER-$1,000 exclusions and deductible provisions of the policy 13. TELEMATICS EQUIPMENT COVERAGE to which it is attached. -$2,500 Below is a summary of the changes made by this 14. "DOWNTIME LOSS" AND RENTAL endorsement to the MOTOR CARRIER REIMBURSEMENT COVERAGE - $150 COVERAGE FORM. This summary is for PER DAY,30 DAY MAXIMUM convenience only. Refer to the specific language for complete details. 15. SINGLE PHYSICAL DAMAGE DEDUCT- 1. EDUCT-1. EMPLOYEE AS INSURED (HIRED AUTO IBLE PER LOSS —LESS THAN 10,000 POUNDS GVW) 16. DEDUCTIBLE ON GLASS BREAKAGE 2. "BLANKET" ADDITIONAL INSURED AS WAIVED IF GLASS REPAIRED RATHER REQUIRED BY WRITTEN CONTRACT THAN REPLACED 17. TRANSFER OF RIGHTS OF RECOVERY 3. COST OF BAIL BONDS — INCREASED AGAINST US (WAIVER OF SUBROGA- TO$5,000 TION) 4. REASONABLE EXPENSES INCURRED 18. UNINTENTIONAL FAILURE TO DIS- BY THE INSURED — INCREASED TO CLOSE HAZARDS $500 PER DAY 19. OTHER INSURANCE CHANGES 5. TOWING AND LABOR COSTS - $2,500 PER DISABLEMENT SUBJECT TO 20. BODILY INJURY INCLUDES MENTAL $5,000 ANNUAL AGGREGATE ANGUISH ANIC CA 1220 01 19 Page 1 of 5 J�r Alaska National INSURANCE COMPANY SECTION II — COVERED AUTO LIABILITY SECTION IV — PHYSICAL DAMAGE COVERAGE, COVERAGE, Paragraph A.1. Who Is An Insured is Paragraph AA.a. — Transportation Expenses is amended to include: deleted and replaced by the following: f. Any "employee" of yours while operating a. Transportation Expenses an "auto" with a gross vehicle weight of less than 10,000 pounds hired or rented ma will pay up to $200 per day to a maximum of $1,500 for temporary under a contract or agreement in an transportation expense incurred by you "employee's" name, with your permission, because of the total theft of a covered while performing duties related to the "auto"that is 20,000 lbs. of Gross Vehicle conduct of your business. Weight. We will pay only for those g. Any person or organization for whom you covered"autos"for which you carry either have agreed in writing to provide Comprehensive or Specified Causes of insurance such as is afforded by this Loss Coverage. We will pay for temporary Coverage Form, but only with respect to transportation expenses incurred during liability arising out of the ownership, the period beginning 48 hours after the maintenance or use of"autos"covered by theft and ending, regardless of the policy's this policy. expiration, when the covered "auto" is SECTION II — COVERED AUTO LIABILITY returned to use or we pay for its"loss". COVERAGE, Paragraph A.2.a. (2)—Supplementary SECTION IV — PHYSICAL DAMAGE COVERAGE, Payments is replaced by the following: Paragraph AA.b.—Loss of Use Expenses is replaced (2) Up to$5,000 for the cost of bail bonds by the following: (including bonds for related traffic law b. Loss of Use Expenses—Hired, Rented, violations) required because of an or Borrowed Automobiles "accident" we cover. We do not have We will pay expenses for which an to furnish these bonds. "insured" becomes legally responsible for SECTION II — COVERED AUTO LIABILITY loss of use of a vehicle hired, rented or COVERAGE, Paragraph A.2.a. (4)—Supplementary borrowed without a driver under a written Payments is replaced by the following: rental contract or agreement. We will pay (4) All reasonable expenses incurred by for loss of use expenses if caused by: the"insured"at our request, including (1) Other than Collision, only if the actual loss of earnings up to $500 a Declarations indicate that Compre- day because of time off from work. hensive Coverage is provided for the 2. Towing vehicle withdrawn from service. We will pay up to$2,500 for towing and labor (2) Specified Causes of Loss only if the costs each time a covered"auto" is disabled. Declarations indicate that Specified However, the labor must be performed at the Causes of Loss Coverage is provided place of disablement. for the vehicle withdrawn from service. The mostwe will pay fortowing and labor costs (3) Collision only if the Declarations is$5,000 in any one policy year. indicate that Collision Coverage is provided for the vehicle withdrawn SECTION II — COVERED AUTO LIABILITY from service. COVERAGE, Exclusion B.5.is amended to add: However, the most we will pay for any This exclusion does not apply if the "bodily expenses for loss of use is$200 per day, to a injury"results from the use of a covered"auto" maximum of$1,500. you own or hire. Such coverage as is afforded by this provision is excess over any other collectible insurance. ANIC CA 1220 01 19 Page 2 of 5 J%V Alaska National INSURANCE COMPANY Section IV—PHYSICAL DAMAGE COVERAGE 9. Driver's Personal Property The following are added to A. Coverage: We will pay up to$1,000 for loss or damage to 5. Airbag Coverage personal property or effects of any driver of a We will pay the cost to repair, replace,or reset covered "auto" while contained in that "auto" an airbag that inflates for any reason other and caused by: than as a result of a collision if the Declarations a. Fire, lightning or explosion; indicate that the covered "auto" has b. Windstorm, hail or earthquake; Comprehensive Coverage or Specified Causes of Loss Coverage. c. Flood; 6. Fuel in Vehicle d. Mischief or vandalism; We will pay up to $2,500 for the actual loss e. The sinking, burning, collision or sustained as a result of loss of fuel in a derailment of any conveyance covered "auto", used to operate the "auto", transporting the covered"auto"; caused by a covered loss to the covered f. The covered "auto's" collision with "auto." No deductible applies to this coverage. another object; or 7. Fire Extinguisher Recharge g. The covered"auto's"overturn. We will pay the cost to recharge or replace, We will not pay for loss or damage to coins, whichever is less, fire extinguishers kept in currency,securities or contraband. your covered "autos" that are intentionally Exclusions 2.c.,2.e.and 21 of Section IV,B., discharged in an attempt to extinguish a fire. Physical Damage Coverage do not apply to No deductible applies to this coverage. this coverage. S. Auto Loan/Lease Gap Coverage This coverage is excess over any other In the event of a total"loss"to a covered"auto" collectible insurance. No deductible applies to for which we pay under the policy's Physical this coverage. Damage Coverage, we will pay any unpaid 10. Telematics Equipment Coverage amount due on the lease or loan for that"auto," less: We will pay up to$2,500 for loss or damage to a. The amount paid under the policy's "telematics" equipment in a covered "auto" Physical Damage Coverage and any: caused by a covered cause of "loss". This coverage applies whether or not the (1) Overdue lease/loan pay- equipment is permanently installed in, or ments at the time of the"loss"; mounted on,the covered"auto." (2) Financial penalties imposed Exclusions 2.c.,2.e.and 2.f.of Section IV,B., under a lease for excessive Physical Damage Coverage do not apply to use, abnormal wear and tear this coverage. or high mileage; No deductible applies to this coverage. (3) Security deposits not returned 11. Downtime Loss and Rental Reimburse- by the lessor; ment Coverage (4) Costs for extended war- We will pay any resulting"downtime loss" and ranties, Credit Life Insurance, rental reimbursement expense you sustain as Health, Accident or Disability a result of a covered physical damage"loss"to Insurance purchased with the a covered"auto"up to a maximum of$150 per loan or lease; and day for a maximum of 30 days for the same (5) Carry-over balances from physical damage loss, subject to the following previous loans or leases. limitatuons: The most we will pay as a result of any one "loss"is$2,500. ANIC CA 1220 01 19 Page 3 of 5 Alaska National INSURANCE COMPANY a. We will cover"downtime loss" and rental organization is waived prior to the"accident"or reimbursement expenses beginning the the"loss" under a contract with that person or sixth day after: organization. (1) We have given you our agreement to SECTION V — MOTOR CARRIER CONDITIONS — pay for repairs to a covered"auto"and Paragraph B.2. —Concealment, Misrepresentation Or you have given the repair facility your Fraud is amended by adding Unintentional Failure to authorization to make the repairs; or Disclose Hazards at the end of Paragraph B.2. as (2) The date you first reported the "loss" follows: to us if we have declared your auto a Unintentional Failure to Disclose Hazards total"loss"; and If you unintentionally fail to disclose any b. Coverage for "downtime loss" and rental hazards existing at the inception date of your reimbursement will end when any of the policy, we will not deny coverage under this following occur: Coverage Form because of such failure. (1) You have a spare or reserve "auto" However, this provision does not affect our available to you to continue your right to collect additional premium or exercise operations. our right of cancellation or non-renewal. (2) You purchase a replacement"auto." SECTION V — MOTOR CARRIER CONDITIONS — B. General Conditions, 5. (3) Repairs to your covered "auto" have Other Insurance — Primary and Excess been completed by the repair facility Insurance Provisions—f. is replaced by the and the"auto"has been determined to following: be road-worthy. f. For Hired Auto Physical Damage (4) You reach the 30 days of maximum Coverage, the following are deemed to be coverage. covered"autos"you own: Coverage for "downtime loss" and rental (1) Any covered "auto" you lease, hire, reimbursement is excess over any other rent, or borrow; and insurance coverage available. (2) Any covered"auto""hired orc rented by SECTION IV—PHYSICAL DAMAGE COVERAGE your "employee" under a c D.Deductible is replaced by the following: contract in that individual "employee's" name, For each covered"auto", our obligation to pay with your permission,while performing for, repair, or replace damaged or stolen duties related to the conduct of your property will be reduced by the applicable business. deductible shown in the Declarations. Any However, any"auto"that is leased, hired, Comprehensive Coverage deductible shown rented or borrowed with a driver is not a in the Declarations does not apply to "loss" covered"auto". caused by fire or lightning. SECTION VI — DEFINITIONS — Paragraph C. — However, if more than one covered "auto" is "Bodily injury" is replaced by the following: involved in the same loss, only one deductible will apply to the loss. If the deductible amounts C. "Bodily injury" means bodily injury, sickness or vary,the largest deductible will apply. disease sustained by a person including death or mental anguish resulting from any of these. No deductible applies to glass breakage if the Mental anguish means any type of mental or glass is repaired rather than replaced. emotional illness or disease. SECTION V — MOTOR CARRIER CONDITIONS, Paragraph A. 5. — Transfer of Rights of Recovery Against Others To Us is amended to include: S. Transfer of Rights of Recovery Against Others to Us This condition does not apply to any person(s) or organization(s) to the extent that subrogation against that person or ANIC CA 1220 01 19 Page 4 of 5 J%V Alaska National INSURANCE COMPANY SECTION VI — DEFINITIONS — the following are T. 'Business Income"means: added: 1. Net Income (net profit or loss before income S. "Downtime Loss" means actual loss of"business taxes) that would have been earned or income" for the period of time that a covered incurred;and "auto": 2. Continuing normal operating expenses, 1. is out of service for repair or replacement as a including payroll. result of a covered physical damage loss; and U. "Telematics equipment"means: 2. is in the custody of a repair facility if not a total Equipment, devices, or software, used in vehicle "loss." telematics systems. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. Countersigned By Includes copyrighted material of the Insurance Services Office, Inc., with its permission. ANIC CA 1220 01 19 Page 5 of 5 This page has been left blank intentionally. PERFORMANCE AND PAYMENT BOND 2020 ASPHALT OVERLAY PROJECT The City of Federal Way ("City") has awarded to Miles Resources LLC ("Principal"), a contract for the construction of the above referenced project, and said Principal is required to furnish a bond for performance of all obligations under the Contract and for payment in accord with Chapter 39:08 Revised Code of Washington (RCW)and (where applicable) Chapter 60.28 RCW. The Principal, and Liberty Mutual Insurance Compal ("Surety"), a corporation organized under the laws of the State of Washinaton 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 Two Million Three Hundred Eighty-One Thousand Four Hundred Ninety-two and 451100 Dollars ($2,381,492.45 }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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-11 RFB#20-001 CFW RFB VERSION 2019.06.11 This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully executed, original power of attorney for the office executing on behalf of the surety. PRINCIPAL: Miles Resources, LLC SURETY: Liberty Mutual Insurance Company 3/26/2020 ,.. _ � ..::? _�—_:z;'r _ 3/26/2020 Principal Signature Date Surety Signature Date lkyry 0 Aliceon A. Keltner �tysv�q Print Name Printed Name Z) ro��irt t 2 1912 e,V' c,. -; : Attorney-in-Fact r v ", Title dp'53 Title Seal No.5649 LOCAL OFFICE/AGENT OF SURETY: Propel Insurance Name 601 Union Street, Suite 3400 e. Street Address Seattle, WA 98101 City, State, Zip (206) 676-4200 Telephone BOND NO.� 023213172 APPROVED AS TO FORM: J. Ryan Call, City Attorney CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-12 RFB#20-001 CFW RFB VERSION 2019.06.11 CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title: City of Federal Way 2020 Asphalt Overlay Project RFB No: 20-001 Contractor: Miles Resources LLC 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: ® Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor. 0 Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. 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. E3 Option 4: Contractor shall submit a "Retainage Bond" on City-provided form included in these Contragt Documents. - 3-26-2020 Contra ig.nalble Date CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-13 RFB#20-001 CFW RFB VERSION 2019.06.11 RETAINAGE BOND TO CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Miles Resources LLC, as principal ("Principal'), and Liberty Mutual Insurance Company, a Corporation organized and existing under the laws of the State of Washington, 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: One Hundred Nine Thousand One HUnclrec Eighty US Dollars ($139.180 00) for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the 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 5109,180.00; 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 2020 ASPHALT OVERLAY PROJECT January 2020 Page-14 RFB#20-001 CFW RFB VERSION 2019.06.11 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 day of 20 , the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. CORPORATE SEAL: PRINCIPAL By: Title: Address. CORPORATE SEAL: SURETY By: Attorney-in-Fact (Attach Power of Attorney) Title: Address: CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-15 RFB#20-001 CFW RFB VERSION 2019.06.11 CERTIFICATES AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that who signed the said bond on behalf of the Principal, was of said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Principal I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that who signed the said bond on behalf of the Surety, was of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Surety APPROVED AS TO FORM: J. Ryan Call, City Attorney CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-16 RFB#20-001 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 Corrpany except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate Na 8203181-023049 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PER5t7NS BY THESE PRE:E VT5 Twat 7ia2 f ir..C:ta air;5vi.rarxr Lc my is a Co aoraucan duly organized f oder fk lave d the State of I32w Flafrpshirt;that Liberty MAof 5lsurarr_e Crxapary is a coiW ason duly a'ganized uixtr7,-hv6 of the State of Massachusetts,and WestArrencan Insurance Con-parry is a corc:aration duty organized underthe lav s of ore 5 mE of Indiana{herein udlt:cm ly called doe C(,rrlxlrrP ),pursuant m and by authaity herein set froth does hereby nacre,corlsrit>.T and appoia Holli Albers;Heather L-Allen;J arrles 8.Binder,Art�eiia 3.BurTlll Brandi n'a: Bush Carley Espirlrti f acobT.Haddock:Diane M_Hard%.Brent E.Heiiesen;K eY E h Howat;Cynthia L,Ja :Alice onA.l(eltr.�r Chris_,cpher Kinyon;Alyssaj-Lopez;Jame L.Marc}Ues:Erica E.Mosley;AnnellEn M.Richie;Kathannej,Snider EriccA. Zimmerman all of the city of T acorns slate k:f WA each indnrd Ry if there be more than one Fu rtQ rrs ere and lawful attorriey-rrrfact tra rmlke, execute,seal acknowledge and deliver,fora—t7—as b_4,ol(as si-jKy arc-as tact and diced,ary and all Ln:erralvrgs,boats,recogri—,zances arrJ l 1 r sur-my obligauom,in p,rsuarice of these presents and shall be as birdrg upon the Comparu-_5 as if they have t)een dry signed ty the pry derit and attested bur rhe secretary of te Companies in tfleir k>w i pmw" persons. IN WITNESS WHEREOF,this PaAer of Atrorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Ccxrpanies have been affixed thereto this 25th day of February , 2020 . Liberty M.mal Insurance Corrpary 41Nsu� �SY iNs� 1NsrrP The Ohio Casualty Insurance Company j� �Pvo�tay�s� �Jp�va�va+rPyy� P Qavv`4? WestArrEmanIRSrranceCOnpary 1912 1919 1, 1991 0moi' m V) w i fiq y-. i, r,�G Q � C a'�17 * hta 3;x,1 � '•� '�'IT . h� By: [favid M Carey,Assistant Secretary T Stam of PENNSYLVANfA County of MONTGOMERY ss c 0 (u on this. 25th day of FebRia"y tin20 r rp rte pFrScf—olhy apaared David M Carey,> -c)a.lulcuvied ed harl"Gr_f to be the Assistant Secretary of Liberty MAual fnsurarlce Corprry,The Olio Casua Corrpany,arca Vd?st rkl-2rcan IrrLuarxe CixiT-orly,aux!that he,as sucrl beim am ccz+"a sL1 b do,execute the foregoing insmnrent forthe purposes a W > therein contained by signing an behalf of cvr�vaneA-G by l-JnTelt as a city auchcxizcd officer. } E rn ' CL � IN wrmE55 WHEREOF,I have hereurm subscribed rry name and affixed rry notarial seal at King of Prussia,Pemsylvark o1 the day and year first above wrftten a �o Cl) to PAS: <� rOMMONWEALTH OF PENNSYLVANIA LO lr -.i Notarial Seal _ l Teresa Pastella.Notary Public J f .23 Upper Menon Twp.,Montgomery County By: �(,� �"� �� {�' � E i 1 My Commission Expires March 28,2021 Teresa Pasmlla,Notary Pkai:JiC 0 x17 N ;��� "' ��'•i Member. :a atom of Nolaries NO 1� Thos Paver of Attorney is rade and executed pursuant to and by authority of the fdluArg By-lalns and Authorizations of The Ohio Casualty Insurance Company, Liberty Afti al Insurance Company,and West Arnerican Insurance Corparty which resolutions are clow in full forte and effect reading as fdlans: ar ARTICLE IV 'OFFICERS:Section 12.PowerofAttorney. t?na Any officer or other official of the Corpoafion authorized for that purpose in writing by the Chairman or the President and subject to such liriration as the Chaimren or the President ray prescribe,shall appoint such attorneys-in-fact as ray be necessary to act in behalf of the Corporation to rake,execute,seal,acki l edge and deliver as surety v v C: arty and all undertakings,bonds,recogrizances and other surety obligation.Such atbxrleys-in-fact;subject to the limitations set forth in their respective pagers of awney,shall�N �' have fill power to bind the Corporation by their signature and execution of any such instrurne and to attach thereto the seal of the Corporation.When so executed such E N 0 ins-m mints shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to ary representative or attorney-ir' act udder the c a V provisions of this article ray be revoked at any time by the Board,the Chairrrerl the President o by the officer or officers grarlirg such power or audority. Q o ARTICLE XIII'Executionofcuntracts.Seocn5.SuretyBorlcls and UrdertakiV. 019 Any officer o lite Corrparty aLthtarized for$ac xuTxre in writ IN the cfraim—en or the presidcni,aro:s-L; :t :.Lr fl 1ily:tri;fix;:as r,s�Li pus,-Fn ur the pres02q Fmy p�cribe,(— shall appD"such atttirrleys-irl-fact as rrey to ore e;sorry to ao in beVf of the Con-pary orf make ,_rr Lal. ,c rrhurgn'afyi s surety any and all unci2rtakings, bori~Is,rec%Tcarices acrd,older srtnDy etligaaorti 5u:h attor�M-inrfacr 5uiojecttr0 the llmr qDM Set F..1i a + r n1.t°;r ti I>_f Lrrlr>r1 r-,y,shall Rave full PUMI to bind Lha Corpary ty their signal ze and execution of any such EtnUrTerits aryl FE,au3ch thereto the seal of the Corlx i-y M-011 so executed such irraurTeras shall be as binding as 9 signed by the president and attested lir the secretary. Certificate of Designation-The President of the Corpary,am v fx it u-_,;ii to the Lnjlav s of the Ca pany,authorizes Llamd M Carey,Msistar7 S crc�ry to appoint such attzxrteys-in, fact as ray be necessary m act on behalf cf the Corparry to n-eke.execuw,seal,acK!cjAecge and delver as surety arty and all t.rlder'tkrrgs,tomb,i ecogrizances and ocher surety obligations. Authorization-By unanirl xis conser a of the Conrpan js Br&13 of Grrecin,the Con-pary consents that facsimile or rechancally replo1red signature of any assistant secretary d the Corpary,wherever appearing upon a certified copy of any parer of atme-ey issued by the CD-rpary in connection)with sLmty bor ds,shall be valid and bidding upon the Compary wth the sarre force and effect as though rarxally affixed I Renee C. Llewellyn the uradersigraed Assistant Secretary,The Ohio Casualty Insurance Corpany,Liberty MAO Vsurame Company,and West American Insuaance Company do hereby cetify that the original ppner of attorney of which the foregoing is a full,true and corea cvpy 4 the Pomr of Attorney executed by said Companies,is in full forme and effect and has not been revoked IN TESTIIv10NY WHEREOF,I have hereunto set ry Mand and affixed the seals of said Companies this 26th day of March 2020, ��tNSr�4 RAY rNSU N INS0 `orvoq,,r�,� �.Y or�r',W. Cid va70H' 4-n 1912 0 1919 4 1991 By: r,c � d�917 SsKu� as ac � da x4tin dad rS ""vr^"A ab Reee C.Llrmllyij A5st5oritSecretary LMS-12873 LMIC OCIC WAIC Multi Co-12/19 AUTHORIZATION TO ACT ON BEHALF OF MILES RESOURCES,LLC A WASHINGTON LIMITED LIABILITY COMPANY WHEREAS,Miles Resources,LLC(the"Company")is a Washington limited liability company organized for purposes of(among other things)managing and operating business assets used in connection with the Company's construction,paving and related activities; WHEREAS,all authority to operate the business and affairs of the Company is vested in one or more mangers,and the managers of the company are Walt Miles,Lisa Kittilsby,and Tim Kittilsby (hereinafter the"Managers"); WHEREAS,the Mangers of the company intend to delegate certain authority relating to the day- to-day operations of the company to the individuals identified below; NOW THEREFORE,be it resolved as follows: RESOLVED,that the Managers hereby delegate a portion of their authority to the"Operations iManagers:of the Company named below; J RESOLVED,that each of the Operations Managers,acting individually,shall have the power and authority to manage the day-to-day business of the company. Without limiting the generality of the foregoing,the Operations Managers shall have the power and authority to negotiate and enter into contracts on behalf of the Company,sign documents relating to such contracts,and to engage in any other acts related to the Company's day-to-day operations; RESOLVED,that Angela Reis is hereby removed as Operations Mangers of the company. For the purpose of execution of the Authorization,a facsimile or electronically scanned signature j shall have the same force and effect as an original signature. This Agreement may be executed in one or J more counterparts,all of which shall be considered one and the same Agreement. SIGNED and EFFECTIVE this in day of August.2018 MILES RESOURCES,LLC OPERATIONS MANAGERS By: Walt Miles lar elle iffi h Its: Manager and Member General Man ge-10 erasions Manager i By: Lisa Kittilsby Krystal Amos Its: Manager and Member Controller/Operations Manager By: Tim Kittilsby Its: Manager CITY OF Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 2020 ASPHALT OVERLAY PROJECT RFB # 20-001 City of Federal Way City Hall Hylebos Conference Room 33325 Eighth A venue South Federal Way, WA 980103 Mailing Address: City of Federal Way PUBLIC WORKS DEPARTMENT Federal Way, WA 98803-8325 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 2020 ASPHALT OVERLAY PROJECT RFB # 20-001 Bids Accepted Until 10:00 a.m., February 12, 2020 Bids Opened 10:10 a.m., February 12, 2020 AT: City of Federal Way City Hall Hylebos Conference Room 33325 Eighth Avenue South Federal Way, WA 98003 Prepared By: PUBLIC WORKS DETPARTAIENT CITY OF FEDERAL WAY, WASHINGTON The contract plans and specifications for this Project have been reviewed and approved by: Public Works Director/Deputy Public Works Director CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-ii /RFB#20-001 CFW RFB VERSION 2019.06.11 TABLE OF CONTENTS PAGE ADVERTISEMENTFOR BIDS...............................................................................................................................1 INSTRUCTIONS TO BIDDERS &CHECKLISTS..................................................................................................3 BIDPROPOSAL.....................................................................................................................................................5 BIDFORM..............................................................................................................................................................6 BIDSCHEDULE.....................................................................................................................................................8 BIDBOND.................................................................................................................................... ........ 18 SUBCONTRACTORLIST.....................................................................................................................................19 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................20 PROPOSAL FOR INCORPORATING RECYCLED MATERIALS......................................................................21 PUBLICWORKS CONTRACT ............................................................................................................................22 SAMPLE CONTRACT CHANGE ORDER...........................................................................................................29 CERTIFICATE OF INSURANCE..........................................................................................................................31 PERFORMANCE AND PAYMENT BOND...........................................................................................................32 CONTRACTOR'S RETAINAGE OPTION.............................................................................................................34 RETAINAGE BOND TO CITY OF FEDERAL WAY.................................................................... ......35 .................. AMENDMENTS TO THE STANDARD SPECIFICATIONS...........................................................GREEN PAGES SPECIALPROVISIONS....................................................................................................................BLUE PAGES STANDARD PLANS AND DETAILS..............................................................................................WHITE PAGES PREVAILING WAGES AND BENEFIT CODE KEY...................................................................YELLOW PAGES PROJECT PLANS..............................................................................................................BOUND SEPARATELY CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-iii /RFB#20-001 CFW RFB VERSION 2019.06.11 ADVERTISEMENT FOR BIDS 2020 ASPHALT OVERLAY PROJECT SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids through February 12, 2020 at 10:00 a.m. at the City Hall Finance Department at 33325 8th Avenue South, Federal Way, Washington 98003. Proposals received after said date and time will not be considered. All timely bids will be opened and read publicly aloud in the Hylebos Conference Room, City Hall 33325 8th Avenue South, Federal Way,Washington 98003 at 10:10 a.m. on February 12, 2020. This project shall consist of: Furnishing all materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities or service, if any, specified herein to be furnished by the Owner or others), for the construction, sequencing and traffic control plan for overlaying existing asphalt concrete pavement in five (5) different locations within the City of Federal Way. The work shall include, but is not limited to: Hot Mix Asphalt(HMA Cl. 1/2" PG 58H-22) pavement overlay(approximately 6,600 tons), roadway excavation, planing bituminous pavement, pavement repair, removal and replacement of curb and gutter, sidewalk, curb ramps, traffic curb, repairing or re-aligning manholes and catch basins, traffic signal detection loops, pedestrian push button, channelization, restoration, utility adjustments, and all items necessary to complete the work as described in the Contract Documents. The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice to Proceed, the Contractor must complete all work within 80 working days. BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available on-line through Builders Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works," and "City of Federal Way." It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future addenda and to place themselves on the "Bidders List." Bidders that do not register will need to periodically check on-line for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 if you require assistance with access or registration. An informational copy of plans, specifications, and addenda are available for viewing only at the City of Federal Way Finance Department. QUESTIONS: Any questions must be directed to John Cole, Capital Engineer, by email at john.cole{rcityoffederalway.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 2018 (Standard Specifications), which is incorporated by this reference as though set forth in full. All bid proposals shall be in accordance with the Contract and all bid proposals shall be accompanied by a bid deposit or bond in the amount required in the Contract. Forfeiture of the proposal bond or deposit to the City shall be in accordance with the Contract. The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-1 I RFB#20-001 CFW RFB VERSION 2019.06.11 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 January 10, 2020 and January 17. 2020 Federal Way Mirror Publish January 11, 2020 and January 18. 2020 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-2 / RFB#20-001 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 John Cole, Capital Engineer, by email at john.cole@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 2020 ASPHALT OVERLAY PROJECT January 2020 Page-3 / RFB#20-001 CFW RFB VERSION 2019.06.11 (8) BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required. Failure to comply may result in rejection of any bid not so complying. ❑ Bid Proposal: The Bid Proposal shall be completed and fully executed, including filling in the total bid amount. ❑ Bid Bond: This form is to be executed by the bidder (and the surety company as appropriate, depending upon the option selected by the bidder). ❑ Subcontractor List: The Subcontractor List shall be filled in by the bidder. ❑ Contractor Certification — Wage_Law_Compliance: This form shall be filled in and fully executed by the bidder. ❑ Proposal for Incorporating Recycled Materials: This form shall be filled in and executed by the bidder. (9) CONTRACT CHECKLIST The following documents are to be executed and delivered to the City after the Bid is awarded: ❑ Public Works Contract: The successful bidder will fully execute and deliver to the City the Public Works Contract("Contract")from these Bid Documents. ❑l 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 Retainage 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 2020 ASPHALT OVERLAY PROJECT January 2020 Page-4 / RFB#20-001 CFW RFB VERSION 2019.06.11 BID PROPOSAL 2020 ASPHALT OVERLAY PROJECT PROPOSAL SUBMITTED TO: City of Federal Way 33325 8th Ave South Federal Way, Washington 98003-6325 PROPOSAL SUBMITTED BY: Bidder: Miles ROULI CS.LIX Full Legal Name of Firm Contact: Bradly Griffith Individual with Legal Authority to sign Bid and Contract Address: 400 Valley Ave.NE Street Address Puyallup,WA 98372 City, State Zip Phone: 253-383-3585 E-Mail Jeff.Williamsa,milesrCsowrces.com Select One of the Following: ❑ Corporation ❑ Partnership. ❑ Individual ® Other (LLC/S-CORP) State Contractor's License No.: MILESRL897RK State Contractor's License Expiration Date 12 / 12 / 2021 Month Day Ye� State UBI No.: 602-870-349 State Worker's Comp. Account No 183,696-00 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-5 RFB#20-001 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 FORM CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT BID FORM Bidder: Miles Resources,LLC Date: 02/19/2020 ITEM BID AMOUNT A) Schedule A—S 312th St (13th Ave S to Pacific Hwy S) $ 2501 r0a>1 ,00 B) Schedule B—_Hoyt Road SW CSW 326th St to SW 320th St) $ S101 Oral. -10 C) Schedule C—1 st Ave S SW 301 st St to City Limit $ r I- .lop D) Schedule D—PVR S 320th Ave S to S 316th St $ 3 F Schedule F—The Ridge $ 31( if 2 G) Schedule G—S_320th St(S 320th St and Pacific Hwy S) $ (190, '-h ,00 H_ ) Schedule H—S 316`'St C@,BestBuy) $ 1-F wa-00 TOTAL BASE BID AMOUNT $ 1 ,010 I , 3 2-01 E Alternate 1, Schedule E—PVR (S 316th St to S 312th St) $ 2-`d 1 �O TOTAL ALTERNATIVE BID AMOUNT _$ 2-S2. 251 DE6 TOTAL BID AMOUNT $ (including Washington State sales tax, all other "71 government taxes, assessments and char es To City Council Members City of Federal Way 33325 8th Ave South Federal Way, Washington 98003-6325 Pursuant to and in compliance with your advertisement for bids for construction of 2020 Asphalt Overlay Project, and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents as the premises and conditions affecting the delivery, supply and maintenance of 2020 Asphalt Overlay Project, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the above-referenced amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not less than five percent (5%) of the total amount bid is attached hereto, which it is agreed shall be collected and retained by the City as liquidated damages in the event this bid is accepted by the City within forty-five (45) calendar days after the day of the bid opening and the undersigned fails to execute the 2020 Asphalt Overlay Project Public Works Contract and to provide the required certificate of insurance to the City, under the conditions thereof, within ten (10) calendar days after the Notice of Award; otherwise said Bid Security will be returned to the undersigned. i� 5`�b oar 7' a-1 Bond or Certified Check k-�a�� Dollars ($ b\'cA c�.m , ) The Bidder shall complete this entire Bid Form or this bid may be considered non-responsive. The City may correct obvious mathematical errors. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. Receipt of the following Addendums is hereby acknowledged: CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-6 RFB#20-001 CFW RFB VERSION 2019.06,11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Addendum No. 1 Date Issued: 02/07/2020 Addendum No 2 Date Issued: 02/17/2020 Addendum No 3 Date Issued: 02/18/2020 L L_G I S-C Q�, Miles Resources.LLC 99FPOF4era/Partnership/!Tel+vidHe1 Firm Name (Delete Two) f 1:1.C' S-CORl'i ti MILESRL897RK �v Bidder's State License No. ign tore 602-870-349 General Mana_aer Bidder's State Tax No Title CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-7 RFB#20-001 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 SCHEDULE NOTE: Unit Prices for all items,all extensions,and the total amount of the bid must be shown. Show unit prices in legible figures. Where conflict occurs between the unit price and the total amount named for any item,the unit price shall prevail,and the totals shall be corrected to conform thereto. SCHEDULE A-S 312TH ST(1E4TI•I AVE S TO PACIFIC 1141Y 5) ITEM APPROX. UNIT TOTAL NO_ ITEM DESCRIPTION QUANTIT UNIT PRICE BID 1 1-09 Mobilization 1 LS 42rlWO,00 2 1-10Flaw ers and Spatters 420 HR �,DD a-L+,'��4 D,1)0 3 1-10 Other Traffic Control Labor 30 HR -116,00 2. 250,DO 4 1-10 Off Dutu Uniformed Police Officer 1 FA $5,400.00 $5,40000 5 1 1-10 Construction Signs Class A 64 SF 25,P0 l I U00 ,CO 6 1-10 Portable Chanaeable Message Sian 22 DAY ,oc> 1.00,00 7 2-02 Asphalt Conc.Pavement Saw cutting 154 LF 2 00 SOS. 00 8 2-02 Cement Conc.Sawouttina 340 LF 2-,CK? LP'2>0,CD 9 2-02 Removal of Cement Cono.Traffic Curb 493 LF S.00> 2 )+S6,OD 10 2-02 Removal of Cement Conc.Sidewalk, 62 SY 20,OD 1,7-40,00 11 2-02 Removal of Cement Cono.Curb and Gutter 63 LF '10,00 r t IL90,00 12 2-03 Roadw aq Excavation Incl.Haul 76 Cy i L9-1,b0 12-1U12-0c) 13 5-04 Planina Bituminous Pavement 3.215 Sy 4.40 j , I I'F' .DD 14 5-04 HMA Class 112"PG 581-1-22 725 TN 00 �00 x0100,00 15 5-04 HMA Class 112"PG 581-1-22 for Pavement Repair 155 TN t tv0,00 24 U0, 16 7-05 Adjust Manhole 4 EA OJF>DC>d 2S RC,0,0C> 17 1 7-05 Utility Adjustment 19 EA ,GD 1 ,S 1 2-CO 00 18 8-02 Sod Lawn,Inol.4 In Topsoil 9 SY I,OD,L-A---) 43 OD,C>0 19 8-04 Cement Cono.Curb and Gutter 63 LF 2 e35-00 20 8-07 1 Precast Sloped Mountable Curb 30 LF 26.00 -I-LO,cam 21 8-07 Precast Dual Faced Sloped Mountable Curb 463 LF 2S-00 11,S16.00 22 8-09 Raised Pavement Marker,T e 2 1 HUND GX50.01D 550,o0 23 8-09 1 Hydrant Marker,Type 213 4 EA L90,R7 2140,0 24 1 8-14 tCementConc Sidewalk _ 62 Sy k00,00 Ui CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-8 RFB#20-001 CFW RFB VERSION 2019.06 11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal 25 B-14 Cement Conc.Curb Ramp Type Parallel A 2 EA L'1. DO,00 8,LOOS-C�D 26 8-14 Cement Conc Curb Ramp Tope Perpendicular 2 EA H,3PD,OD gjr LPOO.00 27 B-14 Cement Conc,Curb Ramp T e Sin le Direction 2 EA 4,3MCD a,L000,00 28 8-14 Wlito Cover Non-Slip MMA Coating 17 SF 1 CO, -1 CO,00 29 8-20 Remove and Replace Pedestrian Push Button 1 EA 3,WO,00 3,OC>0.CD 30 8-21 R9-3A&R9-3B Sign and Post 1 LS 4'00,00 1+00,00 31 B-22 Profiled Plastic Line 1,670 LF 2—�D 31uol4-00 32 8-22 Profiled Plastic Wide Line 502 LF 5,OC2 '116 t C).CDD 33 8-22 Plastic Crosswalk Line 680 LF 5.017 3 L+00,00 34 8-22 Plastic Stop Line 102 LF 5,C0 B 1 Lo 100 35 9-29 Plastic Traffio Arrow 9 EA 1 IO,00 01 DD•00 SUBTOTAL SCHEDULE A2-?)0I�j �_�OU SCHEDULE B-HOYT ROAD SW(SW 026TH ST TO Sal 020TH ST) ITEM APPROX. UNIT TOTAL NO. ITEM DESCRIPTION QUANTIT UNIT PRICE BID 1 1-09 Mobilization 1 LS 39,OW-OD ?11 t CC)O,CD 2 1-10 FlaqqersandS otters 620 HR 31P.5SO,M 3 1-10 Other Traffic Control Labor 50 HR `15,00 3—150.00 4 1-10 Off❑utvUniformed Police Officer 1 FA $3.800.00 $3.$00.00 5 1-10 Portable Chan eable Messaqe Siqn 30 DAY ,00 2.AOD,00 6 2-01 Roadside Cleanup 1 FA $2,000.00 $2,000.00 7 2-02 Asphalt Cono.Pavement Sawoutting 64 LF2 .l:Y) Z .00 8 2-02 Cement Cono Sawouttinq 69 LF 2 ,00 13Cd,1)0 9 2-03 Roadwa Excavation Incl.Haul 105 CY 1020D 111,010-00 10 4-04 Maintenanoe Rook for Shoulder Reoonstruction,Incl.Haul 110 TN UO-GO LD U OO. 11 5-04 Planing Bituminous Pavement 1,790 Sy ' 10.1 ro 1 1 r Oda, r---)0 12 5-04 HMA Class 112"PG 58H-22 1,320 TN 50 I 1 I.C.> fl,00 13 5-04 HMA Class 112"PG 58H-22 for Pavement Repair 215 TN L+Q,LSO 30, 100.00 14 5-04 Crack Sealinq 1 FA $3,000.00 $3,000.00 15 7-05 Adjust Manhole 2 EA 9W,01 j,LPQQ,00 167-05 A just Catch Basin 4 EA 1 ,D00,001 i+,000,o0 L`IT';Fla=FEc:iER.�.I ':... CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-9 RFB#20-001 CFW RFB VERSION 2019.06.11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 17 7-05 Utilit Adjustment 14 EA j 1 200.00 18 8-02 Sod Lawn.Incl 4ln To soil 3 Sy 0.00 300.00 19 8-09 Raised Pavement Marker,T22e 2 3 HUND r-,SD.0D j 10150.00 20 8-09 Hydrant Marker,Type 2B 2 EA jtq0.00 120.00 21 8-13 Ad'ust Monument Case&Cover 5 EA e' ,OD 2j SOD.C70 22 1 8-14 Cement Cone.Curb Ramp Type Parallel A 1 EA (A6W.00 (9,G •CQ 23 8-14 Cement Conc.Curb Ramp Type Single Direction 1 EA (D.5X.00 L9,C .CC) 24 8-22 Painted BicucleLane Symbol 1 EA 150,00 j 60,CXZ> 25 8-22 Profiled Plastic Line 4,262 LF 2.2C7 3 0 26 8-22 Plastic Edge Line 4-207 LF I •�+0 C,>t 9,29,bC) 27 8-22 Profiled Plastic Wide Line 276 LF 5,CD 0.00 28 8-22 Plastic Crosswalk Line 100 LF 5.00 5 00.LOU E3029 2.'5 8-22 Plastic Stoo Line 29 LF 00 2„0�0 9-29 Plastic Traffic Arrow 1 EA 00,00 100.00 SUBTOTAL SCHEDULE B 31511 OE>- Z ,JI SCHEDULE C-.-1ST AVE S(SW 301ST ST TO CITY LIMIT) ITEM QUANTIT UNIT TOTAL NO_ ITEM DESCRIPTION y UNIT PRICE BID 1 1-09 Mobilization 1 LS (A-0,10D LPI-, D,00 2 1-10 Fla aers and S otters 770 HR b9,00 4-S,Lt30.00 3 1-10 Other Traffic Control Labor 50 HR -15,01D 31-150.00 4 1-10 Off Duty Uniformed Police Officer 1 FA $1600.00 $3,600.00 5 1-10 Portable Chan eable Message Siqn 32 DAY O,W 2 51,00,CO 6 2-01 Roadside Cleanup 1 FA $2,000.00 $2,000.00 7 2-02 Asphalt Conc.Pavement Saw cutting 141 LF 2.,CSO 8 2-02 Cement Conc.Saw cuttinq 135 LF UO 2-10,00 9 2-02 Removal of Mountable Cement Conc.Curb 273 LF 53.W 2 ,GO 10 2-02 Removal of Cement Conc Sidewalk 15 Sy W'00 2>00,0C) 11 2-02 Removal of Cement Conc.Curb and Gutter 18 LF 20,00 3 0,O� 12 2-03 Roadway ErrcavationIncl.Haul 133 Cy 140.00 tS 20.00 13 4-04 Maintenance Rock for Shoulder Reconstruction.lnol.Haul 70 TN -15,00 5 250 OO CIT`,"OF FECrER.4L CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-10 RFB#20-001 CFW RFB VERSION 2019,06,11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 14 5-04 Planinq Bituminous Pavement 2,224 SY E7.115 11 i U—I lD,00 15 5-04 HMA Class 112"PG 5SH-22 1,755 TN g5,CO t52 515,DO 16 5-04 HMA Class V2"PG 58H-22 for Pavement Repair 275 TN 130,CIO 551-160 .00 17 5-04 Crack Sealin 1 FA $3,000.00 $3,000.00 18 7-05 Adjust Manhole 7 EA C1 60,DO lPJLPG0 .00 19 7-05 Ad'ustCatchBasin 20 EA j ID17D,D0 20.000, DO 20 7-05 Utility Ad'ustment 25 EA �5DO,CO 2-0,DCO,00 21 8-02 Sod Lawn,Incl_4 In To soil 6 Sy iDa co 1sR0,ro 22 8-04 Cement Cono.Curb and Gutter 18 LF ,CO (?,>1i0,00 23 8-04 Mountable Cement Conc.Curb 273 LF 2-0,00 FJ l Lf-t ,CX:> 24 8-09 Raised Pavement Marker,Type 2 3 HUND 660,00 LOE ,00 25 8-09 Hydrant Marker.Tvpe 2B 4 EA 100,00 '2 .00 26 8-13 Adjust Monument Case&Cover 6 EA OU 3 ODo.00 27 8-14 Cement Cono.Sidewalk 15 Sy 2-OD,00 S COD, 28 8-14 Cement Cono.Curb Ram Type Parallel A 4 EA 3GD,0� 11 r 2-L 29 29 8-22 Profiled Plastic Line 5,266 LF OD -{•�Z O 30 8-22 Plastic Edge Line 5,466 LF t ,'A-C> 1 t 1v5�L,qO SUBTOTAL SCHEDULE C 4LL SCHEDULE D-PETE VON REICHBAUER VY S(S 320TH ST TO S 316TH 571 ITEM APPROX_ UNIT TOTAL NO. ITEM DESCRIPTION QUANTIT UNIT PRICE BID 1 1-09 Mobilization 1 LS ADD0 461 t ODD.00 2 1-10 Flagvers and Spotters 450 HR ,00 2-U 6060,u0 3 1-10 Other Traffic Control Labor 50 HR 6.00 '61-1 eO.CO 4 1-10 Off Dut4 Uniformed Police Officer 1 FA $5,000.00 $5,000.00 5 1-10 Portable Changeable Messacie Sign 26 DAY 8Q,00 21080,00 6 2-02 Asphalt Cono.Pavement 5awouttina 304 LF 2.00 00E5,00 7 2-02 Cement Cono,Sawcuttinv 149 LF 2.00 `l9(Q,,00 8 2-02 Removal of Cement Cone Traffic Curb 325 LF 5XQC> 2 r UOD,00 9 2-02 Removal of Cement Gana.Sidewalk 55 Sy 9-0,(:;o o 00,00 10 2-02 Removal of Cement Conc.Curb and Gutter 65 LF 9-0.00 I t 3`00,00 11 2-03 Roadway EHoavaticn Inc-Haul 174 CY 1 10.00 1•q,5So•00 CITY OF FEDERAL ViAY CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-11 RFB#20-001 CFW RFB VERSION 2019.06 11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 12 5-04 Planing Bituminous Pavement 4,133 Sy Lf.ZCJ 1-1 t 13 5-04 HMA Class 1?2"PG 50H-22 1,018 TN 00,00 R W+0,,00 14 5-04 HMA Class 1r2"PG 58H-22 for Pavement Repair 320 TN 130.CO 'I 1,LOCO.00 15 5-04 Crack Sealina 1 FA $3.000.00 $3,000.00 18 7-05 Ad'ust Manhole 9 EA 0150,00 Cal X50. 00 17 7-05 Utility Ad'ustment 15 EA 50,00 12 150,OD 18 8-04 Cement Conc.Curb and Gutter 65 LF C50,CQ 3 1 250 .CO Removal and Replacement of Pedestrian Refuge Islands, 19 8-04 Complete 1 LS 10,=-001 10,000,00 20 8-04 Cement Conc Curb 19 LF X0,00 q r-'O•00 21 8-07 Precast Sloped Mountable Curb 10 LF 1-5,00 2�0.00 22 8-07 Precast Dual Faced Slc ed Mountable Curb 315 LF 25,00 -11'6-1 c5,UO 23 8-09 Raised Pavement Marker.Type 2 2 HUND 5SO,00 1 100.00 24 8-09 Hydrant Marker,Type 213 4 EA LLD,00 `Z 0. 25 8-13 Ad'ust Monument Case ex Cover 4 EA Gam,CID 2,CC0-0C> 26 8-14 Cement Cono.Sidewalk 55 SY 12-D,00 U,OM,00 27 8-14 Cement Conc.Curb Ramp Type Parallel A 4 EA 3 'CO,QO 151200,00 28 8-14 Cement Conc,Curb Ramp Type Parallel 6 5 EA 3BOO, 01 t DCO,00 29 8-14 Cement Conc Curb Ramp T ae Single Direction 2 EA �J1 —I I LOCO,00 30 8-20 Remove and Reolaoe Pedestrian Push Button 2 EA 2-6W,0 5rC ADO,00 31 8-22 Painted Bicycle Lane Symbol 7 EA 150,E 1 ,050,t�0 32 8-22 I Profiled Plastic Line 2,580 LF I U-1(P-00 33 8-22 Plastic Edge Line 1,823 LF qO '2- 212.00' 2-0 34 8-22 Profiled Plastic Wide Line 475 LF �J,O� 2 i'J-1�,00 35 8-22 Plastic Crosswalk Line 400 LF CJ,00 2-.OC'0•00 36 8-22 Plastic Stoo Line 42 LF C6.00 37 9-29 Plastic Traffic Arrow 8 1 EA ppB00,00 SUBTOTAL SCHEDULE D [N� , SCHEDULE E-PETE VON REICHBAUER WY S IS 316TH ST TO S 3'12TH ST) ITEM APPROX. UNIT TOTAL NO. ITEM DESCRIPTION QUANTIT UNIT PRICE BID 1 1-09 Mobilization 1 LS ZrQ,IDD L�AO.00 C11 CFf-f LIEFtP.L LAY CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-12 RFB#20-001 CFW RFB VERSION 2019.06.11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 2 1-10 Flaaaers and Spotters 450 HIR IE�lq,0(2 2-04G50.DD 3 1-10 Other Traffic Control Labor 50 HIR 15,00 .3 —1 E>0-00 4 1-10 Off Dut2 Uniformed Police Officer 1 FA $4,000.00 $4,000.00 5 1 1-10 Portable Chanaeable Message Sin 26 DAY eO,OO '2-,O430,00 6 2-02 As halt Conc.Pavement Saw cutting 242 LF 2.•00 ` 131+,cO 7 2-02 Cement Cone.Saw cutting 133 LF 2•C�O 2.LPL0-GU 8 2-02 Removal of Cement Cone.Traffic Curb 190 LF 7,001 ,520,OO 9 2-02 Removal of Cement Cono.Sidewalk 42 Sy 2.0,00 L-P.00 10 2-02 Remoual of Cement Conc.Curb and Gutter 22 LF W,C0 4L+Q,C70 11 2-03 Roadway Excavation Incl.Haul 20 Cy MD DO *v 1 L-W,00 12 5-04 Planina Bituminous Pavement 3,193 Sy 4-'IE) 13,6-10,',CJ 13 5-04 HMA Class 112"PG 581-1-22 873 TN F30.GO Uq,'6 40,00 14 5-04 HMA Class 112"PG 581-1-22 for Pavement Repair 37 TN [a0,00 4,810.00 15 5-04 Crack Sealino 1 FA $3,00000 $3,00000 16 7-05 Adjust Manhole 4 EA di 51),D 3 OD,00 17 7-05 Install Conuersion Riser for Type I Catch Basin 3 EA 5S0,0D 1 i LO EO,00 18 7-05 Utility Adjustment 16 EA q)60.M t 3 TODD.00 19 8-04 Cement Conc Curb and Gutter 22 LF 40,00 ,COO 20 8-04 Cement Cono.Curb 47 LF 40,00 I'S" -Co 21 8-07 Precast Sloped Mountable Curb 10 LF 9�6.00 '2-60,DO 22 8-07 Precast Dual Faced Sloped Mountable Curb 180 LF 25 XDO /4,`60D,00 23 8-09 1 Raised Pavement Marker,Type 2 2 HUND 560,00 1,1 QQ,00 24 8-09 Hydrant Marker,Type 213 5 EA 00,00 'b 00.00 25 8-14 Utility Cover Non-Slip MMA Coatina 9 SF 00.00 00,00 28 8-14 Cement Conc.Sidew alk 42 SY 1 fao,0t] LD,300,m 27 8-14 Cement Cono.Curb Ramp Type Parallel A 4 EA 3r8W-cD 15 200,00 28 8-14 Cement Conc.Curb Ramp Type Parallel B 1 EA LM5=0 0 )" SDO,00 29 8-14 Cement Conc.Curb Ramp T e Perpendicular 1 EA L�,SW-00 J-�,FJ(�.QO 30 8-14 Cs m?ri t Conc.Curb Ra mp Ty pi.Sin la Direction 1 EA eW,Od 4, 31 8-20 Sin le APS Push Button and Foundation 5 EA OD,DO 2-0 000,00 CITY OF FEDERAL WAY CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-13 RFB#20-001 CFW RFB VERSION 2019,06.11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 32 8-20 Double APS Push Buttons and Sinale Foundation 1 EA 610M, 5 Gco,CXR 33 8-22 Painted Bic cleLaneSymbol 5 EA 150.0O I ,2-00.00 34 8-22 Profiled Plastic Line 2,434 LF 2. .2-D i2>6+.W 35 B-22 Plastic Edge Line 2,230 LF I MO 3 12.2 ,00 36 8-22 Profiled Plastic Wide Line 406 LF eJ ,00 D? -CO 37 8-22 Plastic Crosswalk Line 640 LF Cj,00 3,2-0C>-00 38 8-22 Plastic Stop Line 106 LF 13.00 SlL x,00 39 9-29 Plastic Traffic Arrow 11 EA Ft OD,OD I DO,6O SUBTOTAL SCHEDULE E2,05-2-,2-c: SCHEDULE F-THE RIDGE ITEM APPROX. UNIT TOTAL NO_ ITEM DESCRIPTION 4UANTIT UNIT PRICE BID 1 1-09 Mobilization 1 LS %=,OD 3'{ GDO,00 2 1-10 Flaggers and Spotters 400 HR 00 9-3,00D,CD 3 1-10 Other Traffio Control Labor 30 HR -jS,QQ Z 250.00 4 2-01 Roadside Cleanup 1 FA $2,000.00 $2,000,00 5 2-02 Asphalt Conc.Pavement Saw cutting 622 LF 2-.00 t121-4 . 6 2-02 Cement Cono.Saw cutting 162 LF 2.00 32- ,DO 7 2-02 Removal of Cement Cono.Sidewalk 50 Sy 2(7,cc) I ,D00ICC) 8 2-02 Removal of Cement Conc,Curb and Gutter 65 LF 2D.0D > 3CD,00 9 2-02 Removal of Extruded Cement Conc.Curb 598 LF .00 OJ 10 2-03 Roadway Ertoavation Inol,Haul 55 CY ,ao -1 rq 15,OD 11 5-04 Planina Bituminous Pavement 1,941 SY rb,LpS 4 0UD1F,L0r�- 12 5-04 HMA Class 112"PG 58H-22 511 TN o'co 3r 1 KD,W 13 5-04 HMA Class 112"PG 58H-22 for Pavement Repair 80 TN I 1.00 AD \2.R7C0,00 14 5-04 Crack Sealing 1 FA $5,000.00 $5,000,00 15 7-05 Adiust Manhole 2 EA ,A ow=) 2 000.L-50 16 7-05 Adiust Catch Basin 2 EA I,WD,GO 2,000,GO 17 7-05 Utility Adjustment 3 EA I r vo0,00 2>,000.00 18 8-02 Sod Lawn Incl 4 In Topsoil 14 1 Sy 1100,00 (-I L+-00,00 19 8-02 hopsoil 36 G1' 100,00 311000,0 CITY OF FEDERAL'ark`,' CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-14 RFB#20-001 CFW RFB VERSION 2019.06,11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 20 8-04 Cement Conc.Curb and Gutter 63 LF rJO.CO 3,150,00 21 8-04 Cement Cone Barrier Curb 180 LF _10,C0 12- LD CO.CO 22 8-13 Adjust Monument Case&Cover 7 EA eCX>.00 biU00,CX:> 23 8-14 Cement Conc.Sidewalk 50 Sy 2-GO.Co 1 o'Coo.co 24 8-14 Extruded Cement Conc,Curb 404 LF 20.00 vl OSO,00 25 8-14 Cement Conc.Curb Ramp TVpe Parallel A 9 EA (V,C)0 3ID,DCO,l`� SUBTOTAL SCHEDULE F 2.311+?-Z> SCHEDULE G-PACIFIC HW`r'5I 320TH ST AND PACIFIC HWY 51 ITEM QUANTIT UNIT TOTAL NO_ ITEM DESCRIPTION Y UNIT PRICE BID 1 1-09 Mobilization 1 LS 35,W,01) 35 rC)CO,1J0 2 1-10 Flaggers and Spotters 416 HR 69,00 14-GW •OD 3 1-10 Other Traffic Control Labor 104 HR �� �Iq�00-v0 4 1-10 Portable Changeable Message Sian 72 DAY �JO,OO 5 t-lU0.00 5 1-10 Off Duty Unitformed Police Officer 1 FA $16.400.00 $16,400,00 6 2-01 Roadside Cleanup 1 FA $2,000.00 $2,000.00 7 2-02 Asphalt Conc.Pavement Saw cutting 285 LF 210c? �,�l01GO 8 2-02 Cement Cone.Sawcuttina 330 LF 2.00 U. 00,00 9 2-02 Removal of Cement Conc.Sidewalk 100 SY `-O,c0 2- OGO•00 10 2-02 Removal of Cement Cone.Traffic Curb 75 LF 20,00 I c3CO-OC) 11 7-05 Adjust Catch Basin 3 EA I I GW.00 3,000-00 Remove and Replace Solid Locking Catch Basin Lid with Non- 12 7-05 Slip Solid Looking Lid 3 EA F��O, t0 •Ob 13 7-05 Remove and Replace Surface Water Vault Lid 1 EA 600,OD 500.00 14 8-04 Cement Conn Curb and Gutter 75 LF 40,L)G> 1 31000,00 15 8-04 Cement Cono.Barrier Curb 200 LF .170 gt OOH r00 16 8-04 Cement Cono.Curb 32 LF ,OC' I i 2 0-0o 17 8-14 Cement Conc.Sidewalk 87 SY L W100 �3 q 20,to 18 8-14 Cement Conc.Curb Ram Tk) a Parallel B-Ram 1-A 1 EA L rW,M 4i-60D•(:�O 19 8-14 Cement Conc.Curb Ramp Type Parallel B-Ram 1-B 1 EA +,%0 .00 q00,00 20 8-14 Cement Conc.Curb Ramp Type Parallel 6-Ramp 2-A 1 EA ,00 800.00 21 8-14 Cement Conc.Curb Rarn Ty a Parallel B-Ram 2-13 1 EA 4iW,00 300,00 r IT`r{�?F i=ECS�Fri•.L'•;rp,•; CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-15 RF13#20-001 CFW RFB VERSION 2019 06.11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 22 8-14 Cement Conc.Curb RampTVpe Parallel A-Ramp TVpe 13-A 1 EA 14,$W CO 'ff'StD,D 23 6-14 Cement Conc.Curb Ram Tu a Parallel A-Ramp Toe 13-B 1 EA y"8CQ-0D 4f%QD rCD 24 8-14 Cement Conc.Curb Ram T oe Parallel A-Ram Tvoe 14-A 1 EA 4=W / q 00,0D 25 8-14 Cement Conc.Curb Ram Tu a Parallel A-Ramp Type 14-B 1 EA 1+0,I) 48 DO,CX) 26 8-20 Utility Cover Non-slip MMA Coating 22 SF I W,00 2-r'200,00 27 1 8-20 jPedestrianSicin al Modification 1 1 LS I n,GW,00 �2�,OGO,CV 2$ 8-21 1 RemoveSign 4 1 EA 30,Ca 120,0D SUBTOTAL SCHEDULE G SCHEDULE H-S 316TH ST[BEST BUY AND JO ANN FABOC] ITEM QUANTIT UNIT TOTAL NO_ ITEM DESCRIPTION Y UNIT PRICE BID 1 1-09 Mobilization 1 LS ICID, 12-,G00-00 2 1-10 Flawers and Spotters 64 HR .00 '31-1-1 LP,CXR 3 1-10 Other Traffic Control Labor 4 HR 1-15,00 300.GO 4 2-01 Removinq Tree and Tree Box 1 EA 3=00 31 CW,Oa 5 2-01 Removinq Bike Lane Signage 1 I EA I -JO,GO W.OD 6 2-02 Asphalt Conc.Pavement Sawoutting 60 ! LF `1-.00 (20,00 7 2-02 Cement Conc Sawcuttin 66 LF 2.00 1.32..00 8 2-02 Removal of Cement Conc.Sidewalk 62 SY 20,00 f'Z.► 0.00 9 2-02 Removal of Cement Conc.Curb and Gutter 20 LF 2-0,00 4+-00,00 10 6-04 Cement Conc.Curb and Gutter 20 LF 1:—:.10,00 h DM•0O 11 $-14 Cement Conc.Sidewalk 76 SY 12-0 100 12 8-14 Cement Conc.Curb Ramp Tqpe Parallel B 1 EA G✓i ,GO 51 Z00,00 13 8-14 Cement Conc.Curb Ram T e Per endioular 1 EA (7W,CV rJf 200,O-C> 14 $-20 Cut and Cap Pow er to Tree 1 EA 1,W-OD I GGO,OD 15 8-22 Removing Plastic Line 115 LF t 0,Q0 .00 16 8-22 Plastic Crosswalk Line 140 LF GJ,OD -100,00 SUBTOTAL SCHEDULE H 14++(.3U'6.00 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-16 RFB#20-001 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 2020 ASPHALT OVERLAY PROJECT January 2020 Page-17 RFB#20-001 CFW RFB 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.C_ 1101 et_ Seq., and that all employees, including subcontractor employees, are lawfully permitted to perform work in the United States as provided in this agreement with the City of Federal Way. Receipt of the following Addendums is hereby acknowledged: Addendum No. 1 Date Issued: 02/07/2020 Addendum No. 2 Date Issued: 02/17/2020 Addendum No, 3 Date Issued: 02/18/2020 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. ti By:__ /�Ivl 5 n re Bradlev Griffith Printed Name General Manager Title Subscribed and sworn to before me this 19th day of February 2020 . `�`,�1>,►1s111 rr11,�r�r� S n U(e Of N t .;gyiOl7LC .� fi ` q,:•. Lydia J.Fink o pTAR N'; Printed name of Notary w... Notary Public in and for the State of Washington U') PU B L\C ; _ My commission expires: 04/01/2022 F•1NAS M 11111 i 111��,'` CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-18 RFB#20-001 CFW RFB VERSION 2019.06.11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal e BID BOND 2020 ASPHALT OVERLAY PROJECT 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 15 , 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, Miles Resources, LLC 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, M�t— DAT DTHIS 19th DAYOF February 20 20 Miles Resou Liberty Mutual Insurance�.:un;liny ckc,) (X _ Principal5 at r of Aut rized Official Surety–Attorney In Fact Aliceon A. Keltner Cir� II (Attach Power of Attorney) Re- Title Name and Address of Local Office/Agent of Surety Company is: Liberty Mutual Insurance Company 1001 4th Avenue, Suite 3700 Seattle,WA 98154 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-18 RFB#20-001 CFW RFB VERSION 2019 06.11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal i This Power of Attorney limitthe 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 Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No:8202815-023049 - West American Insurance Company SURETY 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 :11i+cu,.Heather L Allen James B IiinJui AmeliaG Burrill,Brandon K flush.Cm cv fishiIIlu.Jacob T Iladdock,Diane M I ImdIng,Brent E 114:dust..Y:vlr Joscph Tlowat [ •.0 ii:s I Ln.:il .:::or, •1 KvIinci.Christopher Kenyon,rV 3sti.f Lopez,ez, lldnwl 5 Matislield..lanrec I. Marques,Lrwa L..Mosley;Annelies V1.Richie;Ally Romh,ich.Sara 1 roi)hw Sellin f nnald I'crccll Shanklin,Jr_;Karen C S%%w;son,Misti M W hh,Eric A Zimmerman all of the city 0 Tacoma state of WA each individually If there be more than one named,its true and lawful altomeyin•fact to make, execute,seal,acknowledge 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 P4 iNSUgN 0% INS& � %NSUgq The Ohio Casualty Insurance Company >tJ nni'+sn,rr yr hJ rraf ?y -�yP 1101, West Amerfcar,Insurance Company 1912 a 1919 0 LU 1991 Z x�ry y+ Q d� �'.9C Xtl .Ab 6� Nq MPSI db �s rNDIAHF da a7 8h , ��' A r *�' tif ��' By: CO) David M.Carey,Assistant Secretary - State of PENNSYLVANIA � County of MONTGOMERY ss c m vs 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 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 officer is w a 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. chi cu P qO M oO N fr/S�CpIyS,Srt<', COMMONWEALTH OF PENNSYLVANIA Q /amu Notarial SealOOF Teresa Pastella,Notary Public 'd' I cc O N Upper MerlonTwp.,Montgomery County Q y' rU C My Commission Expires March 28, 3 E 2021 I Teresa Pastella,Notary Public o M Member,Pennsylvania Association of Notaries d [a C a5 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 0, f Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o W ai ARTICLE IV—OFFICERS:Section 12.Power of Attorney. o 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 a 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 a op M C 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 �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 1p"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 I CN 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, q o ARTICLE XIII—Execution of Contracts:Section 5 Surety Bonds and Undertakings "co 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, i_— 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 attorneys-in-fact subject to the limitations set forth in their respective powers of attomey,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 Insurance 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 force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 19th day of February 2020 . 4 tNSu 4�N INS& 1NSIUJ �'3x4't:S,nRgrpT�fn rC •�`oxePORq>�� 19120 1919 1991 h 6y, .. 401A"* ab Renes C.Llewellyn,Assistant Secretary 7 ,, i, y� �,e 3,y1 • �N LMS-12873 LMIC OCIC WAIC Multi Co 062018 SUBCONTRACTOR LIST Local Agency Frame CITY OF FEDERAL WAY Local Agency Subcontractor List LocalAgem-yAddress Prepared in commpA'ance.44h RGW 39 30.060 as amended 33325 8TH AVE S FEDERAL WAY,WA 9800.3 To Be Submitted With the Bid Proposal Project[Vance 2020 Asphalt Overlay Proiect 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,plurnbing,as described in Chapter 18.106 RM and electrical,as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Sulxontractorls)with whom the bidder will directly subcontract that are paoprDsed to performs the work of heating, ventilation and air conditioning, plumIxng,as described in Chapter 18.10£RCW,and electrical as described in Chapter 19.28 RGW must be listed below. The work to be.performed is to be listed below the Subcontractor(s)name. T,�the ,;(tent thF ryrCi?r:t it Q,u--le9 one or more cateticlries of work refetencecf R1 r,(--W 39.30.060,and no sui;c iitrrli toy i�,listed brioyp PeYf_'cn1 SUL-'!1 +ra k.tl)e_l lddt?r 11111 lh( V%L Ix rr111 ei[lr'i L,I be pert.-tined by llt•s hidd'-- lt"elf,+;,i g01 lir. 1JP1191111�.d by d ticl SLJbCQ1)tn 41Ct"r! Wll,;Will rY rt(.011411C.t directly Subcontractor Nance r, — _ Work to be Performed Subcontractor Name Work to he Performed SuIxontractor Name Work to be Perfornied Subcontractor Name Work to be PerfDrmed Bidders are notified that is the opinion of the enforcement agency that P%`C or metal conduit,junction boxes,etc,are considered electrical equipment and therefore considered part of electrical orork,even if the installation is for future use and no wiring or electrical current is connected during the project. Sri DOT Form 2;1-fn1 SA EF Ra',ssaa M.220u2 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-20 RFB#20-001 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: Miles Resources.LLC Print Full Legal Name of Firm By: Bradlev Griffith Signa"e AdthorizL4 Person Print Name of Person Making Certifications for Firm Title: General Manaeer Place. Puyallup,WA Title of Person Signing Certificate Print City and State Where Signed Date: 02/19/2020 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-21 RFB#20-001 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 P . - 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(SH81695), the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled Materials. Calculated percentages must be within the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent(Sy Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage: 1.4+, ?> '/ • 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 tie-breaker, per the APWA GSP in Senon 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 witF^ the APWA GSP in Section 1-36.6 of the Special Provisions. Bidder: es.[. Signature of Authorized Official: v Date: O 91202 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-22 RFB#20-001 CFW RFB VERSION 2019.06.11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal AUTHORIZATION TO ACT ON BEHALF OF MILES RESOURCES, LLC A WASHINGTON LIMITED LIABILITY COMPANY WHEREAS, Miles Resources, LLC(the"Company")is a Washington limited liability company organized for purposes of(among,other things)managing and operating business assets used in connection with the Company's construction,paving and related activities; WHEREAS, all authority to operate the business and affairs of the Company is vested in one or more mangers,and the managers of the company are Walt Miles, Lisa Kittilsby,and Tim Kittilsby (hereinafter the"Managers"); WHEREAS, the Mangers of the company intend to delegate certain authority relating to the day- to-day operations of the company to the individuals identified below; NOW THEREFORE,be it resolved as follows: RESOLVED, that the Managers hereby delegate a portion of their authority to the"Operations Managers: of the Company named below; RESOLVED, that each ofthe Operations Managers, acting individually,shall have the powerand authority to manage the day-to-day business of the company. Without limiting the generality of the foregoing,the Operations Managers shall have the power and authority to negotiate and enter into contracts on behalf of the Company,sign documents relating to such contracts,and to engage in any other acts related to the Company's day-to-day operations; RESOLVED, that Angela Reis is hereby removed as Operations Mangers of the company, For the purpose of execution of the Authorization, a facsimile or electronically scanned signature shall have the same force and effect as an original signature. This Agreement may be executed in one or fi more counterparts,all of which shall be considered one and the same Agreement. SIGNED and EFFECTIVE this IS' day of Asst 2018 MILES RESOURCES,LLC OPERATIONS MANAGERS Y r^ By: Walt Miles 13 dlev iffr h Its: Manager and Member General Man'gerl0 orations Manager By: Lisa Kittilsby Krystal Amos Its: Manager and Member Controller/Operations Manager By: Tim Kittilsby Its: Manager .1 0 � pCD t7 �• x a ycno C c� o � k n C 5 s. LA LA cx . 0 rrj J ru C ct da M rJ CL CA � 0 r "5 ,77 !n PUBLIC WORKS CONTRACT THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of — . 20 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and a _ ("Contractor"), for the project known as (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 and /100 Dollars ($ ), 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 Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-22 /RFB#20-001 CFW RFB VERSION 2019.06.11 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 immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-23 /RFB#20-001 CFW RFB VERSION 2019.06.11 Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Provided, however, the Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does not include, or extend to, any claims by the Contractor's employee directly against the Contractor. The Contractor recognizes that this waiver was specifically entered into. 5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of the Contract Documents and assumes all risk thereof. 5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any applicable statute of repose with respect to claims, fines, costs or damages brought or made against any Indemnified Party; (2) shall not be limited by RCW 4.16326(8); 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 2020 ASPHALT OVERLAY PROJECT January 2020 Page-24 / RFB#20-001 CFW RFB 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 Work to calculate any additional compensation or money owed to the Contractor shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site; (vi)claims consulting costs; (vii)expert fees and costs; (viii) loss of other business; and/or(ix)any other special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors, or suppliers. 8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be 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 2020 ASPHALT OVERLAY PROJECT January 2020 Page-25 /RFB#20-001 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 Sole Authority/Discretion/Judgment. Where the Contract Documents provide the City or its Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be considered unconditional and absolute. 8.13 Governinq 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: [STAFF - INSERT NAME OF COMPANY RETAINED TO PERFORM AS THE ENGINEER OR NAME &TITLE OF CFW PROJECT ENGR IF CIV! SERVICES ARE BEING PROVIDED IN-HOUSE] 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 2020 ASPHALT OVERLAY PROJECT January 2020 Page-26 /RFB#20-001 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: Company Attn: Individual to receive notices Street Address City, State, Zip ENGINEER: GM Company OR City of Federal Way Attn: Project.Engineer Attn: Project Engineer Street Address 3332.5 8th Ave S City, State, Zip 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 OF FEDERAL WAY: CONTRACTOR: Jim Ferrell, Mayor Signature of Authorized Individual 33325 8th Avenue South Federal Way, WA 98003-6325 Printed Name of Authorized Individual ATTEST: Street Address Stephanie Courtney, CMC, City Clerk APPROVED AS TO FORM: City, State, Zip J. Ryan Call, City Attorney CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-27 /RFB#20-001 CFW RFB VERSION 2019.06.11 NOTARY OF CONTRACTOR'S SIGNATURE: STATE OF WASHINGTON ) ) ss COUNTY OF ) On this day personally appeared before me , to me known to be the of 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 day of , 20_. (typed/printed name of notary) Notary Public in and for the State of Washington. My commission expires On this day personally appeared before me, , to me known to be the individual described in and who executed the foregoing instrument, and on oath swore that he/she/they executed the foregoing instrument as his/her/their free and voluntary act and deed for the uses and purposes therein mentioned. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-28 / RFB#20-001 CFW RFB VERSION 2019.06.11 SAMPLE CONTRACT CHANGE ORDER PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The time provided for completion in the Contract is ❑ Unchanged ❑ Increased by Working Day(s) ❑ Decreased by Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE $ DECREASE$ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ NEW CONTRACT AMOUNT $ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-29 / RFB#20-001 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 Order provided for Contractor's reference. Change orders executed during the project will use this form. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-30 /RFB#20-001 CFW RFB VERSION 2019.06.11 CERTIFICATE OF INSURANCE Contractor's Certificate of Insurance to be inserted here during Contract Execution CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-31 /RFB#20-001 CFW RFB VERSION 2019.06.11 PERFORMANCE AND PAYMENT BOND 2020 ASPHALT OVERLAY PROJECT The City of Federal Way ("City') has awarded to ("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 ("Surety"), a corporation organized under the laws of the State of 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 US Dollars ($ )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. PRINCIPAL: SURETY: Principal Signature Date Surety Signature Date Printed Name Printed Name Title Title CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-32 / RFB#20-001 CFW RFB VERSION 2019.06.11 LOCAL OFFICE/AGENT OF SURETY: Name Street Address City, State, Zip Telephone BOND NO.: APPROVED AS TO FORM: J. Ryan Call, City Attorney CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-33 /RFB#20-001 CFW RFB VERSION 2019.06.11 CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title: RFB No: Contractor: 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: • Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor • Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. 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. • Option 4: Contractor shall submit a "Retainage Bond" on City-provided form included in these Contract Documents. Contractor Signature Date CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-34 /RFB#20-001 CFW RFB VERSION 2019.06.11 RETAINAGE BOND TO CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, as principal ("Principal'), and a Corporation organized and existing under the laws of the State of as a surety Corporation, and qualified under the laws of the State of Washington to become surety upon bonds of Contractors with Municipal Corporations, as surety ("Surety"), are jointly and severally held and firmly bonded to the City of Federal Way ("City") in the penal sum of: ($ )for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the 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 $ ; 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 2020 ASPHALT OVERLAY PROJECT January 2020 Page-35 /RFB#20-001 CFW RFB VERSION 2019.06.11 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 day of 20_, the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. CORPORATE SEAL: PRINCIPAL By: Title: Address: CORPORATE SEAL: SURETY By: Attorney-in-Fact (Attach Power of Attorney) Title: Address. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-36 /RFB#20-001 CFW RFB VERSION 2019.06.11 CERTIFICATES AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that who signed the said bond on behalf of the Principal, was of said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Principal I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that who signed the said bond on behalf of the Surety, was of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Surety APPROVED AS TO FORM: J. Ryan Call, City Attorney CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT January 2020 Page-37 /RFB#20-001 CFW RFB VERSION 2019.06.11 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2018 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1-01.AP1 17 Section 1-01, Definitions and Terms 18 August 6, 2018 19 1-01.3 Definitions 20 The following new term and definition is inserted before the definition for"Shoulder": 21 22 Sensitive Area — Natural features, which may be previously altered by human activity, 23 that are present on or adjacent to the project location and protected, managed, or 24 regulated by local, tribal, state, or federal agencies. 25 26 The following new term and definition is inserted after the definition for"Working Drawings": 27 28 WSDOT Form— Forms developed and maintained by WSDOT that are required or 29 available for use on a project. These forms can be downloaded from the forms 30 catalogue at: 31 32 http://wsdot.wa.gov/forms/pdfForms.html 33 34 1-02.AP1 35 Section 1-02, Bid Procedures and Conditions 36 June 3, 2019 37 1-02.4(1) General 38 This section is supplemented with the following: 39 40 Prospective Bidders are advised that the Contracting Agency may include a partially 41 completed Washington State Department of Ecology (Ecology)Transfer of Coverage 42 (Ecology Form ECY 020-87a)for the Construction Stormwater General Permit 43 (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the 44 transfer of coverage of the CSWGP to the Contractor, an informational copy of the 45 Transfer of Coverage and the associated CSWGP will be included in the appendices. 46 As a condition of Section 1-03.3, the Contractor is required to complete sections I, III, 47 and VIII of the Transfer of Coverage and return the form to the Contracting Agency. 48 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 The Contracting Agency is responsible for compliance with the CSWGP until the end of 2 day that the Contract is executed. Beginning on the day after the Contract is executed, 3 the Contractor shall assume complete legal responsibility for compliance with the 4 CSWGP and full implementation of all conditions of the CSWGP as they apply to the 5 Contract Work. 6 7 1-02.5 Proposal Forms 8 The first sentence of the first paragraph is revised to read: 9 10 At the request of a Bidder, the Contracting Agency will provide a physical Proposal 11 Form for any project on which the Bidder is eligible to Bid. 12 13 1-02.6 Preparation of Proposal 14 Item number 1 of the second paragraph is revised to read: 15 16 1. A unit price for each item (omitting digits more than two places to the right of the 17 decimal point), 18 19 In the third sentence of the fourth paragraph, "WSDOT Form 422-031" is revised to read 20 "WSDOT Form 422-031 U". 21 22 The following new paragraph is inserted before the last paragraph: 23 24 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 25 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of 26 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A 27 Contractor Certification of Wage Law Compliance form is included in the Proposal 28 Forms. 29 30 1-02.13 Irregular Proposals 31 Item 1(h) is revised to read: 32 33 h. The Bidder fails to submit Underutilized Disadvantaged Business Enterprise Good 34 Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the 35 documentation that is submitted fails to demonstrate that a Good Faith Effort to 36 meet the Condition of Award was made; 37 38 Item 1(i) is revised to read the following three items: 39 40 i. The Bidder fails to submit a UDBE Bid Item Breakdown form, if applicable, as 41 required in Section 1-02.6, or if the documentation that is submitted fails to meet 42 the requirements of the Special Provisions; 43 44 j. The Bidder fails to submit UDBE Trucking Credit Forms, if applicable, as required in 45 Section 1-02.6, or if the documentation that is submitted fails to meet the 46 requirements of the Special Provisions; or 47 48 k. The Bid Proposal does not constitute a definite and unqualified offer to meet the 49 material terms of the Bid invitation. 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3119 1 1-03.AP1 2 Section 1-03, Award and Execution of Contract 3 January 2, 2018 4 1-03.3 Execution of Contract 5 The first paragraph is revised to read: 6 7 Within 20 calendar days after the Award date, the successful Bidder shall return the 8 signed Contracting Agency-prepared Contract, an insurance certification as required by 9 Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer 10 of Coverage form for the Construction Stormwater General Permit with sections I, III, 11 and VIII completed when provided, and shall be registered as a contractor in the state of 12 Washington. 13 14 1-03.5 Failure to Execute Contract 15 The first sentence is revised to read: 16 17 Failure to return the insurance certification and bond with the signed Contract as 18 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's 19 Business Enterprise information if required in the Contract, or failure or refusal to sign 20 the Contract, or failure to register as a contractor in the state of Washington, or failure to 21 return the completed Transfer of Coverage for the Construction Stormwater General 22 Permit to the Contracting Agency when provided shall result in forfeiture of the proposal 23 bond or deposit of this Bidder. 24 25 1-05.AP1 26 Section 1-05, Control of Work 27 August 6, 2018 28 1-05.5 Vacant 29 This section, including title, is revised to read: 30 31 1-05.5 Tolerances 32 Geometrical tolerances shall be measured from the points, lines, and surfaces defined 33 in Contract documents. 34 35 A plus (+)tolerance increases the amount or dimension to which it applies, or raises a 36 deviation from level. A minus (-)tolerance decreases the amount or dimension to which 37 it applies, or lowers a deviation from level. Where only one signed tolerance is specified 38 (+ or-), there is no specified tolerance in the opposing direction. 39 40 Tolerances shall not be cumulative. The most restrictive tolerance shall control. 41 42 Tolerances shall not extend the Work beyond the Right of Way or other legal 43 boundaries identified in the Contract documents. If application of tolerances causes the 44 extension of the Work beyond the Right of Way or legal boundaries, the tolerance shall 45 be reduced for that specific instance. 46 47 Tolerances shall not violate other Contract requirements. If application of tolerances 48 causes the Work to violate other Contract requirements, the tolerance shall be reduced 49 for that specific instance. If application of tolerances causes conflicts with other AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 components or aspects of the Work, the tolerance shall be reduced for that specific 2 instance. 3 4 1-05.9 Equipment 5 The following new paragraph is inserted before the first paragraph: 6 7 Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose 8 dirt and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and 9 undercarriage. The Engineer will reject equipment from the site until it returns clean. 10 11 This section is supplemented with the following: 12 13 Upon completion of the Work, the Contractor shall completely remove all loose dirt and 14 vegetative debris from equipment before removing it from the job site. 15 16 1-06.AP1 17 Section 1-06, Control of Material 18 January 7, 2019 19 1-06.1(3) Aggregate Source Approval (ASA) Database 20 This section is supplemented with the following: 21 22 Regardless of status of the source, whether listed or not listed in the ASA database the 23 source owner may be asked to provide testing results for toxicity in accordance with 24 Section 9-03.21(1). 25 26 1-06.2(2)D Quality Level Analysis 27 This section is supplemented with the following new subsection: 28 29 1-06.2(2)D5 Quality Level Calculation– HMA Compaction 30 The procedures for determining the quality level and pay factor for HMA compaction are 31 as follows: 32 33 1. Determine the arithmetic mean, Xm, for compaction of the lot: 34 �x 35 X,,, =— n 36 37 Where: 38 x = individual compaction test values for each sublot in the lot. 39 Zx = summation of individual compaction test values 40 n = total number test values 41 42 2. Compute the sample standard deviation, "S", for each constituent: 43 44 S = n(n-1) 45 46 Where: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 7x2= summation of the squares of individual compaction test values 2 (ZX)2 = summation of the individual compaction test values squared 3 4 3. Compute the lower quality index (QJ: 5 6 QL — X,, —LSL S 7 8 Where: 9 LSL = 92.0 10 11 4. Determine PL (the percent within the lower Specification limit which 12 corresponds to a given QL)from Table 1. For negative values Of QL, PL is equal 13 to 100 minus the table PL. If the value of QL does not correspond exactly to a 14 figure in the table, use the next higher value. 15 16 5. Determine the quality level (the total percent within Specification limits): 17 18 Quality Level = PL 19 20 6. Using the quality level from step 5, determine the composite pay factor(CPF) 21 from Table 2. 22 23 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the 24 compaction lot; however, the maximum HMA compaction CPF using an LSL = 25 92.0 shall be 1.05. 26 27 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an 28 LSL = 91.5. The value thus determined shall be the HMA compaction CPF for 29 that lot; however, the maximum HMA compaction CPF using an LSL = 91.5 30 shall be 1.00. 31 32 1-06.2(2)D1 Quality Level Analysis 33 The following new sentence is inserted after the first sentence: 34 35 The quality level calculations for HMA compaction are completed using the formulas in 36 Section 1-06.2(2)D5. 37 38 1-06.2(2)D4 Quality Level Calculation 39 The first paragraph (excluding the numbered list) is revised to read: 40 41 The procedures for determining the quality level and pay factors for a material, other 42 than HMA compaction, are as follows: 43 44 1-06.6 Recycled Materials 45 The first three sentences of the second paragraph are revised to read: 46 47 The Contractor shall submit a Recycled Material Utilization Plan on WSDOT Form 350- 48 075A within 30 calendar days after the Contract is executed. The plan shall provide the 49 Contractor's anticipated usage of recycled concrete aggregates for meeting the 50 requirements of these Specifications. The quantity of recycled concrete aggregate will AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 be provided in tons and as a percentage of the Plan quantity for eligible material listed 2 in Section 9-03.21(1)E Table on Maximum Allowable percent(By Weight) of Recycled 3 Material. 4 5 The last paragraph is revised to read: 6 7 Within 30 calendar days after Physical Completion, the Contractor shall report the 8 quantity of recycled concrete aggregates that were utilized in the construction of the 9 project for each eligible item listed in Section 9-03.21(1)E. The Contractor's report shall 10 be provided on WSDOT Form 350-075A, Recycled Materials Reporting. 11 12 1-06.6(1)A General 13 Item 1(a) in the second paragraph is revised to read: 14 15 a. The estimated costs for the Work for each material with 25 percent recycled 16 concrete aggregate. The cost estimate shall include for each material a 17 documented price quote from the supplier with the lowest total cost for the Work. 18 19 1-07.AP1 20 Section 1-07, Legal Relations and Responsibilities to the Public 21 April 1, 2019 22 1-07.5 Environmental Regulations 23 This section is supplemented with the following new subsections: 24 25 1-07.5(5) U.S. Army Corps of Engineers 26 When temporary fills are permitted, the Contractor shall remove fills in their entirety and 27 the affected areas returned to pre-construction elevations. 28 29 If a U.S. Army Corps of Engineers permit is noted in Section 1-07.6 of the Special 30 Provisions, the Contractor shall retain a copy of the permit or the verification letter(in 31 the case of a Nationwide Permit) on the worksite for the life of the Contract. The 32 Contractor shall provide copies of the permit or verification letter to all subcontractors 33 involved with the authorized work prior to their commencement of any work in waters of 34 the U.S. 35 36 1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service 37 The Contracting Agency will provide fish exclusion and handling services if the Work 38 dictates. However, if the Contractor discovers any fish stranded by the project and a 39 Contracting Agency biologist is not available, they shall immediately release the fish into 40 a flowing stream or open water. 41 42 1-07.5(1) General 43 The first sentence is deleted and replaced with the following: 44 45 No Work shall occur within areas under the jurisdiction of resource agencies unless 46 authorized in the Contract. 47 48 The third paragraph is deleted. 49 50 1-07.5(2) State Department of Fish and Wildlife 51 This section is revised to read: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 In doing the Work, the Contractor shall. 3 4 1. Not degrade water in a way that would harm fish, wildlife, or their habitat. 5 6 2. Not place materials below or remove them from the ordinary high water line 7 except as may be specified in the Contract. 8 9 3. Not allow equipment to enter waters of the State except as specified in the 10 Contract. 11 12 4. Revegetate in accordance with the Plans, unless the Special Provisions permit 13 otherwise. 14 15 5. Prevent any fish-threatening silt buildup on the bed or bottom of any body of 16 water. 17 18 6. Ensure continuous stream flow downstream of the Work area. 19 20 7. Dispose of any project debris by removal, burning, or placement above high- 21 water flows. 22 23 8. Immediately notify the Engineer and stop all work causing impacts, if at any 24 time, as a result of project activities, fish are observed in distress or a fish kill 25 occurs. 26 27 If the Work in (1)through (3) above differs little from what the Contract requires, the 28 Contracting Agency will measure and pay for it at unit Contract prices. But if Contract 29 items do not cover those areas, the Contracting Agency will pay pursuant to Section 1- 30 09.4. Work in (4) through (8) above shall be incidental to Contract pay items. 31 32 1-07.5(3) State Department of Ecology 33 This section is revised to read: 34 35 In doing the Work, the Contractor shall: 36 37 1. Comply with Washington State Water Quality Standards. 38 39 2. Perform Work in such a manner that all materials and substances not 40 specifically identified in the Contract documents to be placed in the water do 41 not enter waters of the State, including wetlands. These include, but are not 42 limited to, petroleum products, hydraulic fluid, fresh concrete, concrete 43 wastewater, process wastewater, slurry materials and waste from shaft drilling, 44 sediments, sediment-laden water, chemicals, paint, solvents, or other toxic or 45 deleterious materials. 46 47 3. Use equipment that is free of external petroleum-based products. 48 49 4. Remove accumulations of soil and debris from drive mechanisms (wheels, 50 tracks, tires) and undercarriage of equipment prior to using equipment below 51 the ordinary high water line. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 5. Clean loose dirt and debris from all materials placed below the ordinary high 2 water line. No materials shall be placed below the ordinary high water line 3 without the Engineer's concurrence. 4 5 6. When a violation of the Construction Stormwater General Permit (CSWGP) 6 occurs, immediately notify the Engineer and fill out WSDOT Form 422-011, 7 Contractor ECAP Report, and submit the form to the Engineer within 48 hours 8 of the violation. 9 10 7. Once Physical Completion has been given, prepare a Notice of Termination 11 (Ecology Form ECY 020-87) and submit the Notice of Termination 12 electronically to the Engineer in a PDF format a minimum of 7 calendar days 13 prior to submitting the Notice of Termination to Ecology. 14 15 8. Transfer the CSWGP coverage to the Contracting Agency when Physical 16 Completion has been given and the Engineer has determined that the project 17 site is not stabilized from erosion. 18 19 9. Submit copies of all correspondence with Ecology electronically to the 20 Engineer in a PDF format within four calendar days. 21 22 1-07.5(4) Air Quality 23 This section is revised to read: 24 25 The Contractor shall comply with all regional clean air authority and/or State 26 Department of Ecology rules and regulations. 27 28 The air quality permit process may include additional State Environment Policy Act 29 (SEPA) requirements. Contractors shall contact the appropriate regional air pollution 30 control authority well in advance of beginning Work. 31 32 When the Work includes demolition or renovation of any existing facility or structure that 33 contains Asbestos Containing Material (ACM) and/or Presumed Asbestos-Containing 34 Material (PACM), the Contractor shall comply with the National Emission Standards for 35 Hazardous Air Pollutants (NESHAP). 36 37 Any requirements included in Federal and State regulations regarding air quality that 38 applies to the "owner or operator' shall be the responsibility of the Contractor. 39 40 1-07.7(1) General 41 The first sentence of the third paragraph is revised to read: 42 43 When the Contractor moves equipment or materials on or over Structures, culverts or 44 pipes, the Contractor may operate equipment with only the load-limit restrictions in 45 Section 1-07.7(2). 46 47 The first sentence of the last paragraph is revised to read: 48 49 Unit prices shall cover all costs for operating over Structures, culverts and pipes. 50 51 1-07.9(1) General 52 The last sentence of the sixth paragraph is revised to read: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 Generally, the Contractor initiates the request by preparing standard form 1444 Request 3 for Authorization of Additional Classification and Rate, available at 4 https://www.dol.gov/whd/recovery/dbsurvey/conformance.htm, and submitting it to the 5 Engineer for further action. 6 7 1-07.9(2) Posting Notices 8 The second sentence of the first paragraph (up until the colon) is revised to read 9 10 The Contractor shall ensure the most current edition of the following are posted: 11 12 The revision dates are deleted from all items in the numbered list. 13 14 The following new items are inserted after item number 1: 15 16 2. Mandatory Supplement to EEOC P/E-1 published by US Department of Labor. 17 Post for projects with federal-aid funding. 18 19 3. Pay Transparency Nondiscrimination Provision published by US Department of 20 Labor. Post for projects with federal-aid funding. 21 22 Item number 2 through 12 are renumbered to 4 through 14, respectively. 23 24 1-07.11(2) Contractual Requirements 25 In this section, "creed" is revised to read "religion". 26 27 Item numbers 1 through 9 are revised to read 2 through 10, respectively. 28 29 After the preceding Amendment is applied, the following new item number 1 is inserted: 30 31 1. The Contractor shall maintain a Work site that is free of harassment, humiliation, 32 fear, hostility and intimidation at all times. Behaviors that violate this requirement 33 include but are not limited to: 34 35 a. Persistent conduct that is offensive and unwelcome. 36 37 b. Conduct that is considered to be hazing. 38 39 c. Jokes about race, gender, or sexuality that are offensive. 40 41 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual 42 nature which interferes with a person's ability to perform their job or creates an 43 intimidating, hostile, or offensive work environment. 44 45 e. Language or conduct that is offensive, threatening, intimidating or hostile 46 based on race, gender, or sexual orientation. 47 48 f. Repeating rumors about individuals in the Work Site that are considered to be 49 harassing or harmful to the individual's reputation. 50 51 1-07.11(5) Sanctions 52 This section is supplemented with the following: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 Immediately upon the Engineer's request, the Contractor shall remove from the Work 3 site any employee engaging in behaviors that promote harassment, humiliation, fear or 4 intimidation including but not limited to those described in these specifications. 5 6 1-07.11(6) Incorporation of Provisions 7 The first sentence is revised to read: 8 9 The Contractor shall include the provisions of Section 1-07.11(2) Contractual 10 Requirements (1)through (5) and the Section 1-07.11(5) Sanctions in every subcontract 11 including procurement of materials and leases of equipment. 12 13 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan 14 The last sentence of the first paragraph is revised to read: 15 16 An SPCC Plan template and guidance information is available at 17 http://www.wsdot.wa.gov/environment/technical/discipiines/hazardous-materials/spill- 18 prevent-report. 19 20 1-07.16(2)A Wetland and Sensitive Area Protection 21 The first sentence of the first paragraph is revised to read: 22 23 Existing wetland and other sensitive areas, where shown in the Plans or designated by 24 the Engineer, shall be saved and protected through the life of the Contract. 25 26 1-07.18 Public Liability and Property Damage Insurance 27 Item number 1 is supplemented with the following new sentence: 28 29 This policy shall be kept in force from the execution date of the Contract until the 30 Physical Completion Date. 31 32 1-08.AP1 33 Section 1-08, Prosecution and ProgressJanuary 7, 2019 34 1-08.1 Subcontracting 35 The first sentence of the seventh paragraph is revised to read: 35 37 All Work that is not performed by the Contractor will be considered as subcontracting 38 except: (1) purchase of sand, gravel, crushed stone, crushed slag, batched concrete 39 aggregates, ready-mix concrete, off-site fabricated structural steel, other off-site 40 fabricated items, and any other materials supplied by established and recognized 41 commercial plants; or(2) delivery of these materials to the Work site in vehicles owned 42 or operated by such plants or by recognized independent or commercial hauling 43 companies hired by those commercial plants. 44 45 The following new paragraph is inserted after the seventh paragraph: 46 47 The Contractor shall not use businesses (material suppliers, vendors, subcontractors, 48 etc.) with federal purchasing exclusions. Businesses with exclusions are identified using 49 the System for Award Management web page at www.SAM.gov. 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 1-08.5 Time for Completion 2 Item number 2 of the sixth paragraph is supplemented with the following: 3 4 f. A copy of the Notice of Termination sent to the Washington State Department of 5 Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the 6 Notice of Termination by Ecology; and no rejection of the Notice of Termination by 7 Ecology. This requirement will not apply if the Construction Stormwater General 8 Permit is transferred back to the Contracting Agency in accordance with Section 8- 9 01.3(16). 10 11 1-08.7 Maintenance During Suspension 12 The fifth paragraph is revised to read: 13 14 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 15 costs associated with protecting and maintaining such Work shall be the responsibility 16 of the Contractor. 17 18 1-09.AP1 19 Section 1-09, Measurement and Payment 20 August 6, 2018 21 1-09.2(1) General Requirements for Weighing Equipment 22 The last paragraph is supplemented with the following: 23 24 When requested by the Engineer, the Contractor's representative shall collect the 25 tickets throughout the day and provide them to the Engineer's designated receiver, not 26 later than the end of shift, for reconciliation. Tickets for loads not verified as delivered 27 will receive no pay. 28 29 1-09.2(2) Specific Requirements for Batching Scales 30 The last sentence of the first paragraph is revised to read: 31 32 Batching scales used for concrete or hot mix asphalt shall not be used for batching 33 other materials. 34 35 1-09.10 Payment for Surplus Processed Materials 36 The following sentence is inserted after the first sentence of the second paragraph: 37 38 For Hot Mix Asphalt, the Plan quantity and quantity used will be adjusted for the quantity 39 of Asphalt and quantity of RAP or other materials incorporated into the mix. 40 41 2-01.AP2 42 Section 2-01, Clearing, Grubbing, and Roadside Cleanup 43 April 1, 2019 44 2-01.2(3) Disposal Method No. 3 — Chipping 45 Item number 2 of the first paragraph is revised to read: 46 47 2. Chips shall be disposed outside of sensitive areas, and in areas that aren't in 48 conflict with permanent Work. 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2-02.AP2 2 Section 2-02, Removal of Structures and Obstructions 3 April 2, 2018 4 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 5 In item number 3 of the first paragraph, the second sentence is revised to read: 6 7 For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to 8 18 inches from and parallel to the initial saw cut is also required, unless the Engineer 9 allows otherwise. 10 11 2-03.AP2 12 Section 2-03, Roadway Excavation and Embankment 13 April 1, 2019 14 2-03.3(14)F Displacement of Unsuitable Foundation Materials 15 This section, including title, is revised to read: 16 17 2-03.3(14)F Vacant 18 19 2-09.AP2 20 Section 2-09, Structure Excavation 21 April 1, 2019 22 2-09.2 Materials 23 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland 24 Cement Concrete" are revised to read: 25 26 Cement 9-01 27 Fine Aggregate for Concrete 9-03.1(2) 28 29 2-09.3(3)B Excavation Using Open Pits — Extra Excavation 30 The last two paragraphs are deleted and replaced with the following: 31 32 The excavation height(Ht) shall be calculated within a vertical plane as the difference 33 between the lowest elevation in the excavation and the highest elevation of the ground 34 surface immediately adjacent to the excavation. Pavement thickness and other surface 35 treatments existing at the time of the excavation shall be included in the height 36 calculation. 37 38 Submittals and Design Requirements 39 Excavations 4-feet and less in height do not require design and submittals. The 40 Contractor shall provide a safe work environment and shall execute the work in a 41 manner that does not damage adjacent pavements, utilities, or structures. If the 42 Engineer determines the Contractor's work may potentially affect adjacent traffic, 43 pavements, utilities, or structures, the Engineer may request a Type 1 Working Drawing 44 from the Contractor. The Contractor shall explain in the Type 1 Working Drawing how 45 the Engineer's concerns will be addressed, why infrastructure will not be damaged by 46 the work, and how worker safety will be preserved. 47 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 For excavations that have soil types and slope geometries defined in WAC 296-155 part 2 N and are between 4-feet and 20-feet in height, the Contractor shall submit Type 2 3 Working Drawings. Required submittal elements include, at a minimum, the following: 4 5 1. A plan view showing the limits of the excavation and its relationship to traffic, 6 structures, utilities and other pertinent project elements. If the stability of the 7 excavation requires no-load zones or equipment setback distances, those shall 8 be shown on the plan view. 9 10 2. A typical or controlling cross section showing the proposed excavation, original 11 ground line, and locations of traffic, existing structures, utilities, site 12 constraints, surcharge loads, or other conditions that could affect the stability 13 of the slope. If the stability of the excavation requires no-load zones or 14 equipment setback distances, those shall be shown in cross section. 15 16 3. A summary clearly describing subsurface conditions, soil type for WAC 296- 17 155 part N, and groundwater conditions, sequencing considerations, and 18 governing assumptions. 19 20 Where WAC 296-155 part N requires an engineer's design, the Contractor shall submit 21 Type 2E Working Drawings. Required submittal elements include, at a minimum, the 22 three items above and the following additional items: 23 24 4. Supporting calculations for the design of the excavation, the soil and material 25 properties selected for design, and the justification for the selection for those 26 properties, in accordance with the WSDOT Geotechnical Design Manual M 46- 27 03. 28 29 5. Safety factors, or load and resistance factors used, and justification for their 30 selection, in accordance with the WSDOT Geotechnical Design Manual M 46- 31 03, and referenced AASHTO design manuals. 32 33 6. A monitoring plan to evaluate the excavation performance throughout its 34 design life. 35 36 7. Any supplemental subsurface explorations made by the Contractor to meet the 37 requirements for geotechnical design of excavation slopes, in accordance with 38 the WSDOT Geotechnical Design Manual M 46-03. 39 40 2-09.3(3)D Shoring and Cofferdams 41 The first sentence of the sixth paragraph is revised to read: 42 43 Structural shoring and cofferdams shall be designed for conditions stated in this Section 44 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 45 Highway Bridges Seventeenth Edition —2002 for allowable stress design, or the 46 AASHTO LRFD Bridge Design Specifications for load and resistance factor design. 47 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 3-01.AP3 2 Section 3-01, Production from Quarry and Pit Sites 3 April 2, 2018 4 3-01.1 Description 5 The first paragraph is revised to read: 6 7 This Work shall consist of manufacturing and producing crushed and screened 8 aggregates including pit run aggregates of the kind, quality, and grading specified for 9 use in the construction of concrete, hot mix asphalt, crushed surfacing, maintenance 10 rock, ballast, gravel base, gravel backfill, gravel borrow, riprap, and bituminous surface 11 treatments of all descriptions. 12 13 4-04.AP4 14 Section 4-04, Ballast and Crushed Surfacing 15 April 2, 2018 16 4-04.3(5) Shaping and Compaction 17 This section is supplemented with the following new paragraph: 18 19 When using 100% Recycled Concrete Aggregate, the Contractor may submit a written 20 request to use a test point evaluation for compaction acceptance testing in lieu of 21 compacting to 95% of the standard density as determined by the requirements of 22 Section 2-03.3(14)D. The test point evaluation shall be performed in accordance with 23 SOP 738. 24 25 5-01.AP5 26 Section 5-01, Cement Concrete Pavement Rehabilitation 27 January 7, 2019 28 5-01.2 Materials 29 The reference for Concrete Patching Material is revised to read: 30 31 Concrete Patching Material, Grout, and Mortar 9-20.1 32 33 5-01.3(1)A1 Concrete Patching Materials 34 In this section, each reference to "9-20" is revised to read "9-20.1". 35 36 5-01.3(4) Replace Cement Concrete Panel 37 This section's content is deleted and replaced with the following new subsections: 38 39 5-01.3(4)A General 40 Curing, cold weather work, concrete pavement construction in adjacent lines, and 41 protection of pavement shall meet the requirements of Section 5-05.3(13)through 42 Section 5-05.3(15). The Contractor, at no cost to the Contracting Agency, shall repair 43 any damage to existing pavement caused by the Contractor's operations. 44 45 5-01.3(4)B Sawing and Dimensional Requirements 46 Concrete slabs to be replaced as shown in the Plans or staked by the Engineer shall be 47 at least 6.0 feet long and full width of an existing pavement panel. The portion of the 48 panel to remain in place shall have a minimum dimension of 6 feet in length and full AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 panel width; otherwise the entire panel shall be removed and replaced. There shall be 2 no new joints closer than 3.0 feet to an existing transverse joint or crack. A vertical full 3 depth saw cut is required along all longitudinal joints and at transverse locations and, 4 unless the Engineer allows otherwise, an additional vertical full depth relief saw cut 5 located 12 to 18 inches from and parallel to the initial longitudinal and transverse saw 6 cut locations is also required. Removal of existing cement concrete pavement shall not 7 cause damage to adjacent slabs that are to remain in place. In areas that will be 8 ground, slab replacements shall be performed prior to pavement grinding. 9 10 Side forms shall meet the requirements of Section 5-05.3(7)B whenever a sawed full 11 depth vertical face cannot be maintained. 12 13 5-01.3(4)C Dowel Bars and Tie Bars 14 For the half of a dowel bar or tie bar placed in fresh concrete, comply with the 15 requirements of Section 5-05. 16 17 For the half of a dowel bar or tie bar placed in hardened concrete, comply with the 18 Standard Plans and the following. 19 20 After drilling, secure dowel bars and tie bars into the existing pavement with either an 21 epoxy bonding agent Type I or IV as specified in Section 9-26.1, or a grout Type 2 for 22 non-shrink applications as specified in Section 9-20.3. 23 24 Dowel bars shall be placed at the mid depth of the concrete slab, centered over the 25 transverse joint, and parallel to the centerline and to the roadway surface, within the 26 tolerances in the table below. Dowel bars may be adjusted to avoid contact with existing 27 dowel bars in the transverse joint at bridge approach slabs or existing panels provided 28 the adjusted dowel bars meet the tolerances below. 29 30 Tie bars shall be placed at the mid depth of the concrete slab, centered over the joint, 31 perpendicular to centerline, and parallel to the roadway surface, within the tolerances in 32 the table below. The horizontal position of tie bars may be adjusted to avoid contact with 33 existing tie bars in the longitudinal joint where panel replacement takes place, provided 34 the adjusted tie bars meet the tolerances below. 35 Placement Tolerances I Dowel Bars Tie Bars Vertical: Center of Bar to Center of Slab Depth ± 1.00 inch max ± 1.00 inch max Dowel Bar Centered Over the Transverse Joint ± 1.00 inch max N/A Tie Bar Centered Over the Longitudinal Joint N/A ± 1.00 inch max Parallel to Centerline Over the Length of the ±0.50 inch max N/A Dowel Bar Perpendicular to Longitudinal Joint Over the N/A ± 1.00 inch max Length of the Tie Bar Parallel to Roadway Surface Over the Length of ±0.50 inch max ± 1.00 inch max the Bar 36 37 Dowel bars and tie bars shall be placed according to the Standard Plan when multiple 38 panels are placed. Panels shall be cast separately from the bridge approach slab. 39 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Dowel bars to be drilled into existing concrete or at a new transverse contraction joint 2 shall have a parting compound, such as curing compound, grease, or other Engineer 3 accepted equal, applied to them prior to placement. 4 5 Clean the drilled holes in accordance with the epoxy or grout manufacturer's 6 instructions. Holes shall be clean and dry at the time of placing the epoxy, or grout and 7 tie bars. Completely fill the void between the tie bar and the outer limits of the drilled 8 hole with epoxy or grout. Use retention rings to prevent leakage of the epoxy or grout 9 and support the tie bar to prevent movement until the epoxy or grout has cured the 10 minimum time recommended by the manufacturer. 11 12 5-01.3(4)D Foundation Preparation 13 The Contractor shall smooth the surfacing below the removed panel and compact it to 14 the satisfaction of the Engineer. Crushed surfacing base course, or hot mix asphalt may 15 be needed to bring the surfacing to grade prior to placing the new concrete. 16 17 If the material under the removed panel is uncompactable and the Engineer requires it, 18 the Contractor shall excavate the Subgrade 2 feet, place a soil stabilization construction 19 geotextile meeting the requirements of Section 9-33, and backfill with crushed surfacing 20 base course. This Work may include: 21 22 1. Furnishing and hauling crushed surfacing base course to the project site. 23 24 2. Excavating uncompactable material. 25 26 3. Furnishing and placing a soil stabilization construction geotextile. 27 28 4. Backfilling and compacting crushed surfacing base course. 29 30 5. Removing, hauling and restocking any unused crushed surfacing base course. 31 32 5-01.3(4)E Concrete Finishing 33 Grade control shall be the responsibility of the Contractor. 34 35 All panels shall be struck off level with the adjacent panels and floated to a smooth 36 surface. 37 38 Final finish texturing shall meet the requirements of Section 5-05.3(11). 39 40 In areas where the Plans do not require grinding, the surface smoothness will be 41 measured with a 10-foot straightedge by the Engineer in accordance with Section 5- 42 05.3(12). If the replacement panel is located in an area that will be ground as part of 43 concrete pavement grinding in accordance with Section 5-01.3(9), the surface 44 smoothness shall be measured, by the Contractor, in conjunction with the smoothness 45 measurement done in accordance with Section 5-01.3(10). 46 47 5-01.3(4)F Joints 48 All transverse and longitudinal joints shall be sawed and sealed in accordance with 49 Section 5-05.3(8). The Contractor may use a hand pushed single blade saw for sawing 50 joints. 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 5-01.3(4)G Cracked Panels 2 Replacement panels that crack shall be repaired as specified in Section 5-05.3(22) at 3 no cost to the Contracting Agency. When repairing replacement panels that have 4 cracked, epoxy-coated dowel bars meeting the requirements of Section 9-07.5(1) may 5 be substituted for the corrosion resistant dowel bars specified. 6 7 5-01.3(4)H Opening to Traffic 8 Opening to traffic shall meet the requirements of Section 5-05.3(17)- 9 10 5-01.3(5) Partial Depth Spall Repair 11 The second sentence of the third paragraph is revised to read: 12 13 All sandblasting residue shall be removed. 14 15 5-01.3(7) Sealing Existing Concrete Random Cracks 16 The second sentence of the second paragraph is revised to read: 17 18 Immediately prior to sealing, the cracks shall be clean. 19 20 5-01.3(8) Sealing Existing Longitudinal and Transverse Joint 21 The first sentence of the fifth paragraph is revised to read: 22 23 Immediately prior to sealing, the cracks shall be clean. 24 25 5-01.3(10) Pavement Smoothness 26 This section is revised to read: 27 28 Pavement surface smoothness for cement concrete pavement grinding on this project 29 will include International Roughness Index (IRI)testing. Ride quality will be evaluated 30 using the Mean Roughness Index(MRI) calculated by averaging the IRI data for the left 31 and right wheel path within the section. 32 33 Smoothness Testing Equipment and Operator Certification 34 Use an inertial profiler and operator that meet the requirements of Section 5-05.3(3)E. 35 36 Surface Smoothness 37 Operate the inertial profiler in accordance with AASHTO R 57. Collect two longitudinal 38 traces, one in each wheel path. Collect the control profile at locations designated in 39 Table 2 prior to any pavement rehabilitation Work on the areas to be tested. Collect an 40 acceptance profile at locations designated in Table 2 after completion of all cement 41 concrete pavement grinding on the project. Profiles shall be collected in a continuous 42 pass including areas excluded from pay adjustments. Provide notice to the Engineer a 43 minimum of seven calendar days prior to testing. 44 Table 2 Locations Requiring MRI Testing Travel lanes where cement concrete grinding is shown in the Control profile plans Additional locations designated by Control profile the Engineer _ Travel lanes with completed cement Acceptance profile AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 concrete pavement grinding_ Bridges,approach panels and 0.02 miles before and after bridges and approach panels and other Control and acceptance profile excluded areas within lanes I requiring testing 1 Ramps, Shoulders and Tapers Do not test - 2 Within 30 calendar days after the Contractor's testing, the Engineer may perform 3 verification testing. If the verification testing shows a difference in MRI greater than the 4 10 percent, the following resolution process will be followed: 5 6 1. The profiles, equipment and procedures will be evaluated to determine the 7 cause of the difference. 8 9 2. If the cause of the discrepancy cannot be resolved the pavement shall be 10 retested with both profilers at a mutually agreed time. The two profilers will 11 test the section within 30 minutes of each other. If the retest shows a 12 difference in MRI equal or greater than the percentages shown in Table 2 of 13 AASHTO R 54 the Engineer's test results will be used for pavement 14 smoothness acceptance. 15 16 The Contractor shall evaluate profiles for acceptance or corrective action using the 17 current version of ProVAL and provide the results including the profile data in unfiltered 18 electronic Engineering Research Division (ERD)file format to the Engineer within 3 19 calendar days of completing each days profile testing. If the profile data files are created 20 using an export option in the manufacturer's software where filter settings can be 21 specified, use the filter settings that were used to create data files for certification. 22 23 Analyze the entire profile. Exclude areas listed in Table 3. 24 Table 3 Areas Excluded from MRI Acceptance Requirements Location Exclude Beginning_ and end of grinding Pavement within 0.02 mile The bridge and approach slab and Bridges and approach slabs 0.02 mile from the ends of the _ bridge or approach slab Defects in the existing roadway identified by the Contractor that 0.01-mile section containing the adversely affect the MRI such as defect and the 0.01-mile section dips,depressions and wheel path following the section with the defect. longitudinal joints.' 'The presence of defects is subject to verification by the Engineer 25 26 Report the MRI results in inches per mile for each 0.01-mile section and each 0.10-mile 27 section. Do not truncate 0.10-mile sections for areas excluded from MRI acceptance 28 requirements. MRI requirements will not apply to 0.10-mile sections with more than 29 three 0.01 mile-sections excluded. MRI requirements for the individual 0.01-mile 30 sections shall still apply. The Engineer will verify the analysis. 31 32 The MRI for each 0.10 mile of ground lane will comply with the following:. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Control Profile MRI per 0.10 Mile Maximum MRI of Acceptance Profile per 0.10 Mile :5130 inches/mile 78 inches/mile >130 inches/mile 0.6 x Control Profile MRI 2 3 The MRI for each 0.01 mile of the completed cement concrete grinding shall not exceed 4 160 inches/mile. 5 6 All Work is subject to parallel and transverse 10-foot straightedge requirements, 7 corrective work and disincentive adjustments. 8 9 Surface smoothness of travel lanes including areas subject to MRI testing shall not vary 10 more than % inch from the lower edge of a 10-foot straightedge placed on the surface 11 parallel to the centerline. 12 13 The smoothness perpendicular to the centerline will be measured with a 10-foot 14 straightedge within the lanes. There shall be not vertical elevation difference of more 15 than a '/ inch between lanes. 16 17 Pavement that does not meet these requirements will be subject to corrective Work. All 18 corrective Work shall be completed at no additional expense, including traffic control, to 19 the Contracting Agency. Pavement shall be repaired by one or more of the following 20 methods: 21 22 1. Diamond grinding. 23 24 2. By other method accepted by the Engineer. 25 26 Repair areas shall be re-profiled to ensure they no longer require corrective Work. With 27 concurrence of the Engineer, a 10-foot straight edge may be used in place of the inertial 28 profiler. 29 30 If correction of the roadway as listed above either will not or does not produce 31 satisfactory results as to smoothness or serviceability the Engineer may accept the 32 completed pavement and a credit will be calculated in accordance with Section 5-01.5. 33 Under these circumstances, the decision whether to accept the completed pavement or 34 to require corrective work as described above shall be vested entirely in the Engineer. 35 36 5-01.5 Payment 37 This section is supplemented with the following: 38 39 "Grinding Smoothness Compliance Adjustment", by calculation. 40 Grinding Smoothness Compliance Adjustments will be based on the requirements in 41 Section 5-01.3(10) and the following calculations: 42 43 A smoothness compliance adjustment will be calculated in the sum of minus $100 44 for each and every section of single traffic lane 0.01 mile in length and $1,000 for 45 each and every section of single traffic lane 0.10 mile in length that does not meet 46 the requirements in Section 5-01.3(10) after corrective Work. 47 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 5-02.AP5 2 Section 5-02, Bituminous Surface Treatment 3 April 1, 2019 4 5-02.3(5) Application of Aggregates 5 The first sentence of the eleventh paragraph is revised to read: 6 7 The Contractor shall use a pickup broom in all curbed areas, on all bridges, within city 8 limits, within sensitive areas, and where shown in the Plans both before the application 9 of emulsified asphalt and during the final brooming operation. 10 11 5-04.AP5 12 Section 5-04, Hot Mix Asphalt 13 April 1, 2019 14 5-04.1 Description 15 The last sentence of the first paragraph is revised to read: 16 17 The manufacture of HMA may include additives or processes that reduce the optimum 18 mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance 19 with these Specifications. 20 21 5-04.2 Materials 22 The reference to "Warm Mix Asphalt Additive" is revised to read "HMA Additive". 23 24 5-04.2(1) How to Get an HMA Mix Design on the QPL 25 The last bullet in the first paragraph is revised to read: 26 27 Do not include HMA additives that reduce the optimum mixing temperature or serve 28 as a compaction aid when developing a mix design or submitting a mix design for 29 QPL evaluation. The use of HMA additives is not part of the process for obtaining 30 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. 31 32 In the table, "WSDOT Standard Practice QC-8" is revised to read "WSDOT Standard 33 Practice QC-8 located in the WSDOT Materials Manual M 46-01". 34 35 5-04.2(1)C Mix Design Resubmittal for QPL Approval 36 Item number 3 of the first paragraph is revised to read: 37 38 3. Changes in modifiers used in the asphalt binder.. 39 40 5-04.2(2)B Using Warm Mix Asphalt Processes 41 This section, including title, is revised to read: 42 43 5-04.2(2)B Using HMAAdditives 44 The Contractor may, at the Contractor's discretion, elect to use additives that reduce the 45 optimum mixing temperature or serve as a compaction aid for producing HMA. Additives 46 include organic additives, chemical additives and foaming processes. The use of 47 Additives is subject to the following: 48 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Do not use additives that reduce the mixing temperature in accordance with 2 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures. 3 4 Before using additives, obtain the Engineer's approval using WSDOT Form 5 350-076 to describe the proposed additive and process. 6 7 5-04.3(3)A Mixing Plant 8 Item number 5 of the first paragraph is revised to read: 9 10 5. Provide HMA sampling equipment that complies with FOP for AASHTO T 168: 11 12 0 Use a mechanical sampling device accepted by the Engineer, or 13 14 0 Platforms or devices to enable sampling from the truck transport without 15 entering the truck transport for sampling HMA. 16 17 5-04.3(4) Preparation of Existing Paved Surfaces 18 The first sentence of the fourth paragraph is revised to read: 19 20 Unless otherwise allowed by the Engineer, use cationic emulsified asphalt CSS-1, CSS- 21 1 h, or Performance Graded (PG) asphalt for tack coat. 22 23 5-04.3(6) Mixing 24 The first paragraph is revised to read: 25 26 The asphalt supplier shall introduce recycling agent and anti-stripping additive, in the 27 amount designated on the QPL for the mix design, into the asphalt binder prior to 28 shipment to the asphalt mixing plant. 29 30 The seventh paragraph is revised to read: 31 32 Upon discharge from the mixer, ensure that the temperature of the HMA does not 33 exceed the optimum mixing temperature shown on the accepted Mix Design Report by 34 more than 25°F, or as allowed by the Engineer. When an additive is included in the 35 manufacture of HMA, do not heat the additive (at any stage of production including in 36 binder storage tanks)to a temperature higher than the maximum recommended by the 37 manufacturer of the additive. 38 39 5-04.3(7) Spreading and Finishing 40 The last row of the table is revised to read: 41 /a inch 0.25 feet 0.30 feet 42 43 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 44 The following new paragraph is inserted after the first paragraph: 45 46 The Contracting Agency's combined aggregate bulk specific gravity (Gsb) blend as 47 shown on the HMA Mix Design will be used for VMA calculations until the Contractor 48 submits a written request for a Gsb test. The new Gsb will be used in the VMA 49 calculations for HMA from the date the Engineer receives the written request for a Gsb 50 retest. The Contractor may request aggregate specific gravity (Gsb) testing be 51 performed by the Contracting Agency twice per project. The Gsb blend of the combined AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA 2 produced after the new Gsb is determined. 3 4 5-04.3(9)A1 Test Section —When Required, When to Stop 5 The following new row is inserted after the second row in Table 9: 6 VMA Minimum PF; of 0.95 None based on the criteria in Section 5-04.3(9)642 _ 7 8 5-04.3(9)A2 Test Section — Evaluating the HMA Mixture in a Test Section 9 In Table 9a, the test property "Gradation, Asphalt Binder, and Va" is revised to read 10 "Gradation, Asphalt Binder, VMA, and Va" 11 12 In Table 9a, the first column of the third row is revised to read: 13 Aggregates: Sand Equivalent Uncompacted Void Content Fracture 14 15 5-04.3(9)B3 Mixture Statistical Evaluation —Acceptance Testing 16 In Table 11, "Va" is revised to read "VMA and Va" 17 18 5-04.3(9)B5 Mixture Statistical Evaluation — Composite Pay Factors (CPF) 19 The following new row is inserted above the last row in Table 12: 20 Voids in Mineral Aggregate 2 (VMA) 21 22 5-04.3(9)B7 Mixture Statistical Evaluation — Retests 23 The second to last sentence is revised to read: 24 25 The sample will be tested for a complete gradation analysis, asphalt binder content, 26 VMA and Va, and the results of the retest will be used for the acceptance of the HMA 27 mixture in place of the original mixture sublot sample test results. 28 29 5-04.3(10)A HMA Compaction — General Compaction Requirements 30 The last paragraph,is revised to read: 31 32 On bridge decks and on roadway approaches within five feet of a bridge/back of 33 pavement seat, rollers shall not be operated in a vibratory mode, defined as a mode in 34 which the drum vibrates vertically. However, unless otherwise noted on the plans, 35 rollers may be operated in an oscillatory mode, defined as a mode in which the drum 36 vibrates in the horizontal direction only. 37 38 5-04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and Sublots 39 The bulleted item in the fourth paragraph is revised to read: 40 41 For a compaction lot in progress with a compaction CPF less than 0.75 using an 42 LSL = 91.5, a new compaction lot will begin at the Contractor's request after the AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Engineer is satisfied that material conforming to the Specifications can be 2 produced. See also Section 5-04.3(11)F. 3 4 5-04.3(10)C2 HMA Compaction Statistical Evaluation —Acceptance Testing 5 In the table, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for AASHTO T 355". 6 7 5-04.3(10)C4 HMA Statistical Compaction — Requests for Retesting 8 The first sentence is revised to read: 9 10 For a compaction sublot that has been tested with a nuclear density gauge that did not 11 meet the minimum of 91.5 percent of the theoretical maximum density in a compaction 12 lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the 13 Contractor may request that a core, taken at the same location as the nuclear density 14 test, be used for determination of the relative density of the compaction sublot. 15 16 5-04.3(13) Surface Smoothness 17 The second to last paragraph is revised to read: 18 19 When concrete pavement is to be placed on HMA, the surface tolerance of the HMA 20 shall be such that no surface elevation lies above the Plan grade minus the specified 21 Plan depth of concrete pavement. Prior to placing the concrete pavement, bring any 22 such irregularities to the required tolerance by grinding or other means allowed by the 23 Engineer. 24 25 5-04.5 Payment 26 The paragraph following the Bid item "Crack Sealing-LF", per linear foot is revised to read: 27 28 The unit Contract price per linear foot for"Crack Sealing-LF" shall be full payment for all 29 costs incurred to perform the Work described in Section 5-04.3(4)A. 30 31 5-05.AP5 32 Section 5-05, Cement Concrete Pavement 33 April 1, 2019 34. 5-05.1 Description 35 In the first paragraph, "portland cement concrete" is revised to read "cement concrete 36 37 5-05.2 Materials 38 In the first paragraph, the reference to "Portland Cement" is revised to read: 39 40 Cement 9-01 41 42 In the first paragraph, the section reference for Concrete Patching Material is revised to read 43 "9-20.1". 44 45 The second paragraph is revised to read: 45 47 Cementitious materials are considered to be the following: portland cement, blended 48 hydraulic cement, fly ash, ground granulated blast furnace slag and microsilica fume. 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 5-05.3(1) Concrete Mix Design for Paving 2 The table title in item number 4 is revised to read Concrete Batch Weights, 3 4 In item 4a, "Portland Cement" is revised to read "Cement". 5 6 5-05.3(3)E Smoothness Testing Equipment 7 This section is revised to read: 8 9 Inertial profilers shall meet all requirements of AASHTO M 328 and be certified in 10 accordance with AASHTO R 56 within the preceding 12 months. 11 12 The inertial profiler operator shall be certified as required by AASHTO R 56 within three 13 years preceding profile measurement. 14 15 Equipment or operator certification by other states or a profiler certification facility will be 16 accepted provided the certification meets the requirements of AASHTO R 56. 17 Documentation verifying certification by another state shall be submitted to the Engineer 18 a minimum of 14 calendar days prior to profile measurement. Equipment certification 19 documentation shall include the information required by part 8.5 and 8.6 of AASHTO R 20 56. Operator documentation shall include a statement from the certifying state that 21 indicates the operator is certified to operate the inertial profiler to be used on the project. 22 The decision whether another state's certification meets the requirements of AASHTO R 23 56 shall be vested entirely in the Engineer. 24 25 5-05.3(4) Measuring and Batching Materials 26 Item number 2 is revised to read: 27 28 2. Batching Materials—On all projects requiring more than 2,500 cubic yards of 29 concrete for paving, the batching plant shall be equipped to proportion aggregates 30 and cement by weight by means of automatic and interlocked proportioning devices 31 of accepted type. 32 33 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 34 This section's title is revised to read: 35 36 Acceptance of Portland Cement or Blended Hydraulic Cement Concrete Pavement 37 38 The first sentence is revised to read: 39 40 Acceptance of portland cement or blended hydraulic cement concrete pavement shall 41 be as provided under statistical or nonstatistical acceptance. 42 43 5-05.3(7) Placing, Spreading, and Compacting Concrete 44 This section's content is deleted. 45 46 5-05.3(12) Surface Smoothness 47 This section is revised to read: 48 49 Pavement surface smoothness for this project will include International Roughness 50 Index (IRI) testing. The Contractor shall perform IRI testing on each through lane, 51 climbing lane, and passing lane, greater than 0.25 mile in length and these lanes will be 52 subject to incentive/disincentive adjustments. Ride quality will be evaluated using the AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Mean Roughness Index (MRI) calculated by averaging the IRI data for the left and right 2 wheel path within the section. 3 4 Ramps, shoulders and tapers will not be included in MRI testing for pavement 5 smoothness and will not be subject to incentive adjustments. All Work is subject to 6 parallel and transverse 10-foot straightedge requirements, corrective work and 7 disincentive adjustments. 8 9 Operate the inertial profiler in accordance with AASHTO R 57. Collect two longitudinal 10 traces, one in each wheel path. Collect profile data after completion of all concrete 11 paving on the project in a continuous pass including areas excluded from pay 12 adjustments. Provide notice to the Engineer a minimum of seven calendar days prior to 13 testing. 14 15 Within 30 calendar days after the Contractor's testing, the Engineer may perform 16 verification testing. If the verification testing shows a difference in MRI greater than the 17 percentages shown in Table 2 of AASHTO R 54 the following resolution process will be 18 followed: 1.9 20 1. The profiles, equipment and procedures will be evaluated to determine the 21 cause of the difference. 22 23 2. If the cause of the discrepancy cannot be resolved the pavement shall be 24 retested with both profilers at a mutually agreed time. The two profilers will 25 test the section within 30 minutes of each other. If the retest shows a 26 difference in MRI equal or greater than the percentages shown in Table 2 of 27 AASHTO R 54 the Engineer's test results will be used to establish pay 28 adjustments. 29 30 Surface smoothness of travel lanes not subject to MRI testing will be measured with a 31 10-foot straightedge no later than 5:00 p.m. of the day following the placing of the 32 concrete. The completed surface of the wearing course shall not vary more than % inch 33 from the lower edge of a 10-foot straightedge placed on the surface parallel to the 34 centerline. 35 36 Smoothness perpendicular to the centerline will be measured with a 10-foot 37 straightedge across all lanes with the same cross slope, including shoulders when 38 composed of cement concrete pavement. The overlapping 10-foot straightedge 39 measurement shall be discontinued at a point 6 inches from the most extreme outside 40 edge of the finished cement concrete pavement. The completed surface of the wearing 41 course shall not vary more than '/ inch from the lower edge of a 10-foot straightedge 42 placed on the surface perpendicular to the centerline. Any deviations in excess of the 43 above tolerances shall be corrected. 44 45 The Contractor shall evaluate profiles for acceptance, incentive payments, disincentive 46 payments, or corrective action using the current version of ProVAL and provide the 47 results including the profile data in unfiltered electronic Engineering Research Division 48 (ERD)file format to the Engineer within 2 calendar days of completing testing each 49 section of pavement. If the profile data files are created using an export option in the 50 manufacturer's software where filter settings can be specified, use the filter settings that 51 were used to create data files for certification. Analyze the entire profile. Exclude any 52 areas specifically identified in the Contract. Exclude from the analysis the first 100 feet AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 after the start of the paving operations and last 100 feet prior to the end of the paving 2 operation, the first 100 feet on either side of bridge Structures and bridge approach 3 slab. Report the MRI results in inches per mile for each 52.8 foot section and horizontal 4 distance measurements in project stationing to the nearest foot. Include pay 5 adjustments in the results. The Engineer will verify the analysis. 6 7 Corrective work for pavement smoothness may be taken by the Contractor prior to MRI 8 testing. After completion of the MRI testing the Contractor shall measure the 9 smoothness of each 52.8-foot section with an MRI greater than 125 inches per mile with 10 a 10-foot straightedge within 14 calendar days or as allowed by the Engineer. The 11 Contractor shall identify all locations that require corrective work and provide the 12 straight edge measurements at each location that exceeds the allowable limit to the 13 Engineer. If all measurements in a 52.8-foot section comply with smoothness 14 requirements, the Contractor shall provide the maximum measurement to the Engineer 15 and a statement that corrective work is not required. Unless allowed by the Engineer, 16 corrective work shall be taken by the Contractor for pavement identified by the 17 Contractor or Engineer that does not meet the following requirements: 18 19 The completed surface shall be of uniform texture, smooth, uniform as to 20 crown and grade, and free from defects of all kinds. 21 22 2. The completed surface shall not vary more than % inch from the lower edge of 23 a 10-foot straightedge placed on the surface parallel to the centerline. 24 25 3. The completed surface shall vary not more than '/ inch in 10 feet from the rate 26 of transverse slope shown in the Plans. 27 28 All corrective work shall be completed at no additional expense, including traffic control, 29 to the Contracting Agency. Corrective work shall not begin until the concrete has 30 reached its design strength unless allowed by the Engineer. Pavement shall be repaired 31 by one or more of the following methods: 32 33 1. Diamond grinding; repairs shall not reduce pavement thickness by more than 34 '/ inch less than the thickness shown in the Plans. When required by the 35 Engineer, the Contractor shall verify the thickness of the concrete pavement by 36 coring. Thickness reduction due to corrective work will not be included in 37 thickness measurements for calculating the Thickness Deficiency in Section 5- 38 05.5(1)A. 39 40 2. Removal and replacement of the cement concrete pavement. 41 42 3. By other method allowed by the Engineer. 43 44 For repairs following MRI testing the repaired area shall be checked by the Contractor 45 with a 10-foot straightedge to ensure it no longer requires corrective work. With 46 concurrence of the Engineer an inertial profiler may be used in place of the 10-foot 47 straight edge. 48 49 If correction of the roadway as listed above either will not or does not produce 50 satisfactory results as to smoothness or serviceability the Engineer may accept the 51 completed pavement and a credit will be calculated in accordance with Section 5-05.5. 52 The credit will be in addition to the price adjustment for MRI. Under these AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 circumstances, the decision whether to accept the completed pavement or to require 2 corrective work as described above shall be vested entirely in the Engineer. 3 4 6-02.AP6 5 Section 6-02, Concrete Structures 6 April 1, 2019 7 6-02.1 Description 8 The first sentence is revised to read: 9 10 This Work consists of the construction of all Structures (and their parts) made of 11 portland cement or blended hydraulic cement concrete with or without reinforcement, 12 including bridge approach slabs. 13 14 6-02.2 Materials 15 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland 16 Cement Concrete" are revised to read: 17 18 Cement 9-01 19 Aggregates for Concrete 9-03.1 20 21 The reference to metakaolin is deleted. 22 23 6-02.3(2) Proportioning Materials 24 The second paragraph is revised to read: 25 26 Unless otherwise specified, the Contractor shall use Type I or II portland cement or 27 blended hydraulic cement in all concrete as defined in Section 9-01.2(1). 28 29 The last sentence of the fifth paragraph is revised to read: 30 31 With the Engineer's written concurrence, microsilica fume may be used in all 32 classifications of Class 4000, Class 3000, and commercial concrete and is limited to a 33 maximum of 10 percent of the cementitious material. 34 35 6-02.3(2)A Contractor Mix Design 36 The last sentence of the last paragraph is revised to read. 37 38 For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of 39 7.5 percent for all concrete placed above the finished ground line unless noted 40 otherwise. 41 42 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 43 Item number 5 of the first paragraph is deleted. 44 45 Item number 6 of the first paragraph (after the preceding Amendment is applied) is 46 renumbered to 5. 47 48 6-02.3(2)6 Commercial Concrete 49 The second paragraph is revised to read: 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 I Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging 2 culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I, FB 3 and RM signal standards, pedestals, cabinet bases, guardrail anchors, fence post 4 footings, sidewalks, concrete curbs, curbs and gutters, and gutters, the Contractor may 5 use commercial concrete. If commercial concrete is used for sidewalks, concrete curbs, 6 curbs and gutters, and gutters, it shall have a minimum cementitious material content of 7 564 pounds per cubic yard of concrete, shall be air entrained, and the tolerances of 8 Section 6-02.3(5)C shall apply. 9 10 6-02.3(4) Ready-Mix Concrete 11 The first sentence of the first paragraph is revised to read: 12 13 All concrete, except lean concrete, shall be batched in a prequalified manual, semi- 14 automatic, or automatic plant as described in Section 6-02.3(4)A. 15 16 6-02.3(4)D Temperature and Time For Placement 17 The following is inserted after the first sentence of the first paragraph: 18 19 The upper temperature limit for placement for Class 4000D concrete may be increased 20 to a maximum of 80°F if allowed by the Engineer. 21 22 6-02.3(5)C Conformance to Mix Design 23 Item number 1 of the second paragraph is revised to read: 24 25 1. Cement weight plus 5 percent or minus 1 percent of that specified in the 26 mix design. 27 28 6-02.3(6)A1 Hot Weather Protection 29 The first paragraph is revised to read: 30 31 The Contractor shall provide concrete within the specified temperature limits. Cooling of 32 the coarse aggregate piles by sprinkling with water is permitted provided the moisture 33 content is monitored, the mixing water is adjusted for the free water in the aggregate 34 and the coarse aggregate is removed from at least 1 foot above the bottom of the pile. 35 Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or 36 replacing all or part of the mixing water with crushed ice is permitted, provided the ice is 37 completely melted by placing time. 38 39 The second sentence of the second paragraph is revised to read: 40 41 These surfaces include forms, reinforcing steel, steel beam flanges, and any others that 42 touch the concrete. 43 44 6-02.3(7) Vacant 45 This section, including title, is revised to read: 46 47 6-02.3(7) Tolerances 48 Unless noted otherwise, concrete construction tolerances shall be in accordance with 49 this section. Tolerances in this section do not apply to cement concrete pavement. 50 51 Horizontal deviation of roadway crown points, cross-slope break points, and curb, 52 barrier or railing edges from alignment or work line: ±1.0 inch AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3119 1 2 Deviation from plane: ±0.5 inch in 10 feet 3 4 Deviation from plane for roadway surfaces: ±0.25 inch in 10 feet 5 6 Deviation from plumb or specified batter: ±0.5 inch in 10 feet, but not to exceed a total 7 of±1.5 inches 8 9 Vertical deviation from profile grade for roadway surfaces: ±1 inch 10 11 Vertical deviation of top surfaces (except roadway surfaces): ±0.75 inch 12 13 Thickness of bridge decks and other structural slabs not at grade: ±0.25 inch 14 15 Length, width and thickness of elements such as columns, beams, crossbeams, 16 diaphragms, corbels, piers, abutments and walls, including dimensions to construction 17 joints in initial placements: +0.5 inch, -0.25 inch 18 19 Length, width and thickness of spread footing foundations: +2 inches, -0.5 inch 20 21 Horizontal location of the as-placed edge of spread footing foundations: The greater of 22 ±2% of the horizontal dimension of the foundation perpendicular to the edge and ±0.5 23 inch. However, the tolerance shall not exceed ±2 inches. 24 25 Location of opening, insert or embedded item at concrete surface: ±0.5 inch 26 27 Cross-sectional dimensions of opening: ±0.5 inch 28 29 Bridge deck, bridge approach slab, and bridge traffic barrier expansion joint gaps with a 30 specified temperature range, measured at a stable temperature: ±0.25 inch 3'1 32 Horizontal deviation of centerline of bearing pad, oak block or other bearing assembly: 33 ±0.125 inch 34 35 Horizontal deviation of centerline of supported element from centerline of bearing pad, 36 oak block or other bearing assembly ±0.25 inch 37 38 Vertical deviation of top of bearing pad, oak block or other bearing assembly: ±0.125 39 inch 40 41 6-02.3(10)C Finishing Equipment 42 The first paragraph is revised to read: 43 44 The finishing machine shall be self-propelled and be capable of forward and reverse 45 movement under positive control. The finishing machine shall be equipped with augers 46 and a rotating cylindrical single or double drum screed. The finishing machine shall 47 have the necessary adjustments to produce the required cross section, line, and grade. 48 The finishing machine shall be capable of raising the screeds, augers, and any other 49 parts of the finishing mechanical operation to clear the screeded surface, and returning 50 to the specified grade under positive control. Unless otherwise allowed by the Engineer, 51 a finishing machine manufacturer technical representative shall be on site to assist the 52 first use of the machine on the Contract. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 2 The first sentence of the second paragraph is revised to read: 3 4 For bridge deck widening of 20 feet or less, and for bridge approach slabs, or where 5 jobsite conditions do not allow the use of the conventional configuration finishing 6 machines, or modified conventional machines as described above; the Contractor may 7 submit a Type 2 Working Drawing proposing the use of a hand-operated motorized 8 power screed such as a "Texas" or"Bunyan" screed. 9 10 6-02.3(13)A Strip Seal Expansion Joint System 11 In item number 3 of the third paragraph, "Federal Standard 595" is revised to read "SAE 12 AMS Standard 595". 13 14 6-02.3(13)B Compression Seal Expansion Joint System 15 The first paragraph is revised to read: 16 17 Compression seal glands shall conform to Section 9-04.1(4) and be sized as shown in 18 the Plans. 19 20 6-02.3(14)C Pigmented Sealer for Concrete Surfaces 21 This section is supplemented with the following new paragraph: 22 23 Pigmented Sealer Materials shall be a product listed in the current WSDOT Qualified 24 Products List(QPL). If the pigmented sealer material is not listed in the current WSDOT 25 QPL, a sample shall be submitted to the State Materials Laboratory in Tumwater for 26 evaluation and acceptance in accordance with Section 9-08.3. 27 28 6-02.3(23) Opening to Traffic 29 This section is supplemented with the following new paragraph: 30 31 After curing bridge approach slabs in accordance with Section 6-02.3(11), the 32 bridge approach slabs may be opened to traffic when a minimum compressive strength 33 of 2,500 psi is achieved. 34 35 6-02.3(25)H Finishing 36 The last paragraph is revised to read: 37 38 The Contractor may repair defects in prestressed concrete girders in accordance with 39 Section 6-01.16. 40 41 6-02.3(25)1 Fabrication Tolerances 42 Item number 12 of the first paragraph is revised to read: 43 44 12. Stirrup Projection from Top of Girder: 45 46 Wide flange thin deck and slab girders: ±'/2 inch 47 48 All other girders: ± 3/4 inch 49 50 6-02.3(27) Concrete for Precast Units 51 The last sentence of the first paragraph is revised to read: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3119 1 2 Type III portland cement or blended hydraulic cement is permitted to be used in precast 3 concrete units. 4 5 6-02.3(28)B Casting 6 In the second paragraph, the reference to Section 6-02.3(25)B is revised to read Section 6- 7 02.3(25)C. 8 9 6-02.3(28)D Contractors Control Strength 10 In the first paragraph, "WSDOT FOP for AASHTO T 23" is revised to read "FOP for AASHTO 11 T 23". 12 13 6-02.3(28)E Finishing 14 This section is supplemented with the following: 15 16 The Contractor may repair defects in precast panels in accordance with Section 6- 17 01.16. 18 19 7-05.AP7 20 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells 21 August 6, 2018 22 7-05.3 Construction Requirements 23 The fourth sentence of the third paragraph is deleted. 24 25 7-08.AP7 26 Section 7-08, General Pipe Installation Requirements 27 April 2, 2018 28 7-08.3(3) Backfilling 29 The fifth sentence of the fourth paragraph is revised to read: 30 31 All compaction shall be in accordance with the Compaction Control Test of Section 2- 32 03.3(14)D except in the case that 100% Recycled Concrete Aggregate is used. 33 34 The following new sentences are inserted after the fifth sentence of the fourth paragraph: 35 36 When 100% Recycled Concrete Aggregate is used, the Contractor may submit a written 37 request to use a test point evaluation for compaction acceptance. Test Point evaluation 38 shall be performed in accordance with SOP 738. 39 40 8-01.AP8 41 Section 8-01, Erosion Control and Water Pollution Control 42 April 1, 2019 43 8-01.1 Description 44 This section is revised to read-- 45 ead:45 46 This Work consists of furnishing, installing, maintaining, removing and disposing of best 47 management practices (BMPs), as defined in the Washington Administrative Code AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 I (WAC) 173-201 A, to manage erosion and water quality in accordance with these 2 Specifications and as shown in the Plans or as designated by the Engineer. 3 4 The Contracting Agency may have a National Pollution Discharge Elimination System 5 Construction Stormwater General Permit (CSWGP) as identified in the Contract Special 6 Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP 7 to the Contractor when a CSWGP has been obtained. The Contracting Agency may not 8 have a CSWGP for the project but may have another water quality related permit as 9 identified in the Contract Special Provisions or the Contracting Agency may not have 10 water quality related permits but the project is subject to applicable laws for the Work. 11 Section 8-01 covers all of these conditions. 12 13 This section is supplemented with the following new subsection: 14 15 8-01.1(1) Definitions 16 1. pH Affected Stormwater 17 18 a. Stormwater contacting green concrete (concrete that has set/stiffen but is still 19 curing), recycled concrete, or engineered soils (as defined in the Construction 20 Stormwater General Permit(CSWGP)) as a natural process 21 22 b. pH monitoring shall be performed in accordance with the CSWGP, or Water 23 Quality Standards (WQS in accordance with WAC 173-2O1A (surface) or 173- 24 2O0C (ground)) when the CSWGP does not apply 25 26 c. May be neutralized and discharged to surface waters or infiltrated 27 28 2. pH Affected Non-Stormwater 29 30 a. Conditionally authorized in accordance with CSWGP Special Condition S.1.C., 31 uncontaminated water contacting green concrete, recycled concrete, or 32 engineered soils (as defined in the CSWGP) 33 34 b. Shall not be categorized as cementitious wastewater/concrete wastewater, as 35 defined below 36 37 c. Shall be managed and treated in accordance with the CSWGP, or WQS when 38 the CSWGP does not apply 39 40 d. pH adjustment and dechlorination may be necessary, as specified in the 41 CSWGP or in accordance with WQS when the CSWGP does not apply 42 43 e. May be neutralized, treated, and discharged to surface waters in accordance 44 with the CSWGP, with the exception of water-only shaft drilling slurry. Water- 45 only shaft drilling slurry may be treated, neutralized, and infiltrated but not 46 discharged to surface waters (Refer to Special Conditions S1.C. Authorized 47 Discharges and S1.d Prohibited Discharges of the CSWGP) 48 49 3. Cementitious Wastewater/Concrete Wastewater 50 51 a. Any water that comes into contact with fine cementitious particles or slurry; any 52 water used in the production, placement and/or clean-up of cementitious AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 products; any water used to cut, grind, wash, or otherwise modify cementitious 2 products 3 4 b. When any water, including stormwater, commingles with cementitious 5 wastewater/concrete wastewater, the resulting water is considered 6 cementitious wastewater/concrete wastewater and shall be managed to 7 prevent discharge to waters of the State, including ground water 8 9 c. CSWGP Examples include: water used for or resulting from concrete 10 truck/mixer/pumper/tool/chute rinsing or washing, concrete saw cutting and 11 surfacing (sawing, coring, grinding, roughening, hydro-demolition, bridge and 12 road surfacing) 13 14 d. Cannot be neutralized and discharged or infiltrated 15 16 8-01.2 Materials 17 The first paragraph is revised to read: 18 19 Materials shall meet the requirements of the following sections: 20 21 Corrugated Polyethylene Drain Pipe 9-05.1(6) 22 Quarry Spalls and Permeable Ballast 9-13 23 Erosion Control and Roadside Planting 9-14 24 Construction Geotextile 9-33 25 26 The second paragraph is deleted. 27 28 8-01.3(1) General 29 This section is revised to read: 30 31 Adaptive management shall be employed throughout the duration of the project for the 32 implementation of erosion and water pollution control permit requirements for the 33 current condition of the project site. The adaptive management includes the selection 34 and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices, 35 implementing maintenance procedures, and other managerial practices that when used 36 singularly or in combination, prevent or reduce the release of pollutants to waters of the 37 State. The adaptive management shall use the means and methods identified in this 38 section and means and methods identified in the Washington State Department of 39 Transportation's Temporary Erosion and Sediment Control Manual or the Washington 40 State Department of Ecology's Stormwater Management Manuals for construction 41 stormwater. 42 43 The Contractor shall install a high visibility fence along the lines shown in the Plans or 44 as instructed by the Engineer. 45 46 Throughout the life of the project, the Contractor shall preserve and protect the 47 delineated preservation area, acting immediately to repair or restore any high visibility 48 fencing damaged or removed. 49 50 All discharges to surface waters shall comply with surface water quality standards as 51 defined in Washington Administrative Code (WAC) Chapter 173-201A. All discharges to 52 groundwater shall comply with groundwater quality standards WAC Chapter 173-200. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 The Contractor shall comply with the CSWGP when the project is covered by the 2 CSWGP. 3 4 Work, at a minimum, shall include the implementation of: 5 6 1. Sediment control measures prior to ground disturbing activities to ensure all 7 discharges from construction areas receive treatment prior to discharging from 8 the site. 9 10 2. Flow control measures to prevent erosive flows from developing. 11 12 3. Water management strategies and pollution prevention measures to prevent 13 contamination of waters that will be discharged to surface waters or the 14 ground. 15 16 4. Erosion control measures to stabilize erodible earth not being worked. 17 18 5. Maintenance of BMPs to ensure continued compliant performance. 19 20 6. Immediate corrective action if evidence suggests construction activity is not in 21 compliance. Evidence includes sampling data, olfactory or visual evidence 22 such as the presence of suspended sediment, turbidity, discoloration, or oil 23 sheen in discharges. 24 25 To the degree possible, the Contractor shall coordinate this Work with permanent 26 drainage and roadside restoration Work the Contract requires. 27 28 Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose 29 more erodible earth than as listed below: 30 _ Western Washington Eastern Washington (West of the Cascade (East of the Cascade Mountain Crest_)_ Mountain Crest) May 1 through April 1 through September 30 17 Acres October 31 17 Acres October 1 November 1 through April 5 Acres through March 5 Acres 30 31 31 32 The Engineer may increase or decrease the limits based on project conditions. 33 34 Erodible earth is defined as any surface where soils, grindings, or other materials may 35 be capable of being displaced and transported by rain, wind, or surface water runoff. 36 37 Erodible earth not being worked, whether at final grade or not, shall be covered within 38 the specified time period (see the table below), using BMPs for erosion control. 39 Western Washington Eastern Washington (West of the Cascade (East of the Cascade Mountain Crest) Mountain Crest) October 1 2 days October 1 5 days through April maximum through June maximum AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 30 30 May 1 to 7 days I November 1 10 days September 30 maximum throughlMarch maximum 1 2 When applicable, the Contractor shall be responsible for all Work required for 3 compliance with the CSWGP including annual permit fees. 4 5 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 6 continue to comply with this division during the suspension. 7 8 8-01.3(1)A Submittals 9 This section's content is deleted. 10 11 This section is supplemented with the following new subsection: 12 13 8-01.3(1)A1 Temporary Erosion and Sediment Control Plan 14 Temporary Erosion and Sediment Control (TESC) Plans consist of a narrative section 15 and plan sheets that meets the Washington State Department of Ecology's Stormwater 16 Pollution Prevention Plan (SWPPP) requirement in the CSWGP. For projects that do not 17 require a CSWGP but have the potential to discharge to surface waters of the state, an 18 abbreviated TESC plan shall be used, which may consist of a narrative and/or plan 19 sheets and shall demonstrate compliance with applicable codes, ordinances and 20 regulations, including the water quality standards for surface waters; Chapter 173-201A 21 of the Washington Administrative Code (WAC) and water quality standards for 22 groundwaters in accordance with Chapter 173-200 WAC. 23 24 The Contractor shall either adopt the TESC Plan in the Contract or develop a new 25 TESC Plan. If the Contractor adopts the TESC Plan in scenarios in which the CSWGP 26 is transferred to the Contractor, the Contractor shall modify the TESC Plan to match the 27 Contractor's schedule, method of construction, and to include all areas that will be used 28 to directly support construction activity such as equipment staging yards, material 29 storage areas, or borrow areas. TESC Plans shall include all high visibility fence shown 30 in the Plans. All TESC Plans shall meet the requirements of the current edition of the 31 WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adaptively 32 managed throughout construction based on site inspections and required sampling to 33 maintain compliance with the CSWGP, or WQS when no CSWGP applies. The 34 Contractor shall develop a schedule for implementation of the TESC work and 35 incorporate it into the Contractor's progress schedule. 36 37 The Contractor shall submit their TESC Plan (either the adopted plan or new plan) as 38 Type 2 Working Drawings. At the request of the Engineer, updated TESC Plans shall be 39 submitted as Type 1 Working Drawings. 40 41 8-01.3(1)6 Erosion and Sediment Control (ESC) Lead 42 This section is revised to read: 43 44 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 45 TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate 46 of Training in Construction Site Erosion and Sediment Control from a course approved 47 by the Washington State Department of Ecology. The ESC Lead must be onsite or on AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 I call at all times throughout construction. The ESC Lead shall be listed on the 2 Emergency Contact List required under Section 1-05.13(1). 3 4 The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not 5 limited to: 6 7 1. Installing, adaptively managing, and maintaining temporary erosion and 8 sediment control BMPs to assure continued performance of their intended 9 function. Damaged or inadequate BMPs shall be corrected immediately. 10 11 2. Updating the TESC Plan to reflect current field conditions. 12 13 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to 14 the Washington State Department of Ecology in accordance with the CSWGP. 15 16 4. Develop and maintain the Site Log Book as defined in the CSWGP. When the 17 Site Log Book or portion thereof is electronically developed, the electronic 18 documentation must be accessible onsite. As a part of the Site Log Book, the 19 Contractor shall develop and maintain a tracking table to show that identified 20 TESC compliance issues are fully resolved within 10 calendar days. The table 21 shall include the date an issue was identified, a description of how it was 22 resolved, and the date the issue was fully resolved. 23 24 The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site 25 erosion and sediment control BMPs, and all stormwater discharge points at least once 26 every calendar week and within 24-hours of runoff events in which stormwater 27 discharges from the site. Inspections of temporarily stabilized, inactive sites may be 28 reduced to once every calendar month. The Washington State Department of Ecology's 29 Erosion and Sediment Control Site Inspection Form, located at 30 https://ecology.wa.gov/Regulations-Permits/Permits-certifications/Stormwater-general- 31 permits/Construction-stormwater-permit, shall be completed for each inspection and a 32 copy shall be submitted to the Engineer no later than the end of the next working day 33 following the inspection. 34 35 8-01.3(1)C Water Management 36 This section is supplemented with the following new subsections: 37 38 8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water 39 Mark (OHWM) 40 Work over surface waters of the state (defined in WAC 173-201A-010) or below the 41 OHWM (defined in RCW 90.58.030) shall comply with water quality standards for 42 surface waters of the State of Washington. 43 44 8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid 45 All equipment containing hydraulic fluid that extends from a bridge deck over surface 46 waters of the state or below the OHWM, shall be equipped with a biodegradable 47 hydraulic fluid. The fluid shall achieve either a Pw1 Environmental Persistence 48 Classification stated in ASTM D6046 (>_60% biodegradation in 28 days) or equivalent 49 standard. Alternatively, hydraulic fluid that meets International Organization for 50 Standardization (ISO 15380), the European Union Ecolabel, or equivalent certification 51 will also be accepted. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 The Contractor shall submit a Type 1 Working Drawing consisting of a manufacturer 2 catalog cut of the hydraulic fluid used. 3 4 The designation of biodegradable hydraulic fluid does not mean fluid spills are 5 acceptable. The Contractor shall respond to spills to land or water in accordance with 6 the Contract, the associated SPCC Plan, and all applicable local, state, and federal 7 regulations. 8 9 8-01.3(1)C7 Turbidity Curtain 10 All Work for the turbidity curtain shall be in accordance with the manufacturer's 11 recommendations for the site conditions. Removal procedures shall be developed and 12 used to minimize silt release and disturbance of silt. The Contractor shall submit a Type 13 2 Working Drawing, detailing product information, installation and removal procedures, 14 equipment and workforce needs, maintenance plans, and emergency 15 repair/replacement plans. 16 17 Turbidity curtain materials, installation, and maintenance shall be sufficient to comply 18 with water quality standards. 19 20 The Contractor shall notify the Engineer 10 days in advance of removing the turbidity 21 curtain. All components of the turbidity curtain shall be removed from the project. 22 23 8-01.3(1)C1 Disposal of Dewatering Water 24 This section is revised to read: 25 26 When uncontaminated groundwater is encountered in an excavation on a project it may 27 be infiltrated within vegetated areas of the right of way not designated as Sensitive 28 Areas or incorporated into an existing stormwater conveyance system at a rate that will 29 not cause erosion or flooding in any receiving surface water. 30 31 Alternatively, the Contractor may pursue independent disposal and treatment 32 alternatives that do not use the stormwater conveyance system provided it is in 33 compliance with the applicable WACs and permits. 34 35 8-01.3(1)C2 Process Wastewater 36 This section is revised to read: 37 38 Wastewater generated on-site as a byproduct of a construction process shall not be 39 discharged to surface waters of the State. Some sources of process wastewater may be 40 infiltrated in accordance with the CSWGP. Some sources of process wastewater may 41 be disposed via independent disposal and treatment alternatives in compliance with the 42 applicable WACs and permits. 43 44 8-01.3(1)C3 Shaft Drilling Slurry Wastewater 45 This section is revised to read: 46 47 Wastewater generated on-site during shaft drilling activity shall be managed and 48 disposed of in accordance with the requirements below. No shaft drilling slurry 49 wastewater shall be discharged to surface waters of the State. Neither the sediment nor 50 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as 51 detectable by visible or olfactory indication (e.g., chemical sheen or smell). 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 1. Water-only shaft drilling slurry or water slurry with accepted flocculants may be 2 infiltrated on-site. Flocculants used shall meet the requirements of Section 9- 3 14.5(1) or shall be chitosan products listed as General Use Level Designation 4 (GULD) on the Washington State Department of Ecology's stormwater 5 treatment technologies webpage for construction treatment. Infiltration is 6 permitted if the following requirements are met: 7 8 a. Wastewater shall have a pH of 6.5 —8.5 prior to discharge. 9 10 b. The amount of flocculant added to the slurry shall be kept to the minimum 11 needed to adequately settle out solids. The flocculant shall be thoroughly 12 mixed into the slurry. 13 14 c. The slurry removed from the shaft shall be contained in a leak proof cell or 15 tank for a minimum of 3 hours. 16 17 d. The infiltration rate shall be reduced if needed to prevent wastewater from 18 leaving the infiltration location. The infiltration site shall be monitored 19 regularly during infiltration activity. All wastewater discharged to the 20 ground shall fully infiltrate and discharges shall stop before the end of 21 each work day. 22 23 e. Drilling spoils and settled sediments remaining in the containment cell or 24 tank shall be disposed of in accordance with Section 6-19.3(4)F. 25 26 f. Infiltration locations shall be in upland areas at least 150 feet away from 27 surface waters, wells, on-site sewage systems, aquifer sensitive recharge 28 areas, sole source aquifers, well head protection areas, and shall be 29 marked on the plan sheets before the infiltration activity begins. 30 31 g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry 32 Wastewater Management and Infiltration Plan as a Type 2 Working 33 Drawing. This Plan shall be kept on-site, adapted if needed to meet the 34 construction requirements, and updated to reflect what is being done in 35 the field. The Working Drawing shall include, at a minimum, the following 36 information: 37 38 i. Plan sheet showing the proposed infiltration location and all surface 39 waters, wells, on-site sewage systems, aquifer-sensitive recharge 40 areas, sole source aquifers, and well-head protection areas within 41 150 feet. 42 43 ii. The proposed elevation of soil surface receiving the wastewater for 44 infiltration and the anticipated phreatic surface (i.e., saturated soil). 45 46 iii. The source of the water used to produce the slurry. 47 48 iv. The estimated total volume of wastewater to be infiltrated. 49 50 v. The accepted flocculant to be used (if any). 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 I vi. The controls or methods used to prevent surface wastewater runoff 2 from leaving the infiltration location. 3 4 vii. The strategy for removing slurry wastewater from the shaft and 5 containing the slurry wastewater once it has been removed from the 6 shaft. 7 8 viii. The strategy for monitoring infiltration activity and adapting methods 9 to ensure compliance. 10 11 ix. A contingency plan that can be implemented immediately if it 12 becomes evident that the controls in place or methods being used are 13 not adequate. 14 15 x. The strategy for cleaning up the infiltration location after the infiltration 16 activity is done. Cleanup shall include stabilizing any loose sediment 17 on the surface within the infiltration area generated as a byproduct of 18 suspended solids in the infiltrated wastewater or soil disturbance 19 associated with BMP placement and removal. 20 21 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives 22 not allowed for infiltration shall be contained and disposed of by the Contractor 23 at an accepted disposal facility in accordance with Section 2-03.3(7)C. Spoils 24 that have come into contact with mineral slurry shall be disposed of in 25 accordance with Section 6-19.3(4)F. 26 27 8-01.3(1)C4 Management of Off-Site Water 28 This section is revised to read: 29 30 Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site 31 surface water and overland flow that will run-on to the project. Off-site surface water 32 run-on shall be diverted through or around the project in a way that does not introduce 33 construction related pollution. It shall be diverted to its preconstruction discharge 34 location in a manner that does not increase preconstruction flow rate and velocity and 35 protects contiguous properties and waterways from erosion. The Contractor shall submit 36 a Type 2 Working Drawing consisting of the method for performing this Work. 37 38 8-01.3(1)E Detention/Retention Pond Construction 39 This section is revised to read: 40 41 Permanent or temporary ponds shall be constructed before beginning other grading and 42 excavation Work in the area that drains into that pond. Detention/retention ponds may 43 be constructed concurrently with grading and excavation when allowed by the Engineer. 44 Temporary conveyances shall be installed concurrently with grading in accordance with 45 the TESC Plan so that newly graded areas drain to the pond as they are exposed. 46 47 8-01.3(2) Seeding, Fertilizing, and Mulching 48 This section's title is revised to read: 49 50 8-01.3(2) Temporary Seeding and Mulching 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 8-01.3(2)A Preparation for Application 2 This section is revised to read: 3 4 A cleated roller, crawler tractor, or similar equipment, which forms longitudinal 5 depressions at least 2 inches deep shall be used for compaction and preparation of the 6 surface to be seeded. The entire area shall be uniformly covered with longitudinal 7 depressions formed perpendicular to the natural flow of water on the slope. The soil 8 shall be conditioned with sufficient water so the longitudinal depressions remain in the 9 soil surface until completion of the seeding. 10 11 8-01.3(2)A1 Seeding 12 This section is deleted in its entirety. 13 14 8-01.3(2)A2 Temporary Seeding 15 This section is deleted in its entirety. 16 17 8-01.3(2)B Seeding and Fertilizing 18 This section, including title, is revised to read: 19 20 8-01.3(2)B Temporary Seeding 21 Temporary grass seed shall be a commercially prepared mix, made up of low growing 22 grass species that will grow without irrigation at the project location, and accepted by 23 the Engineer. The application rate shall be two pounds per 1000 square feet. 24 25 The Contractor shall notify the Engineer not less than 24 hours in advance of any 26 seeding operation and shall not begin the Work until areas prepared or designated for 27 seeding have been accepted. Following the Engineer's acceptance, seeding of the 28 accepted slopes shall begin immediately. 29 30 Temporary seeding may be sown at any time allowed by the Engineer. Temporary 31 seeding shall be sown by one of the following methods: 32 33 1. A hydro seeder that utilizes water as the carrying agent, and maintains 34 continuous agitation through paddle blades. It shall have an operating capacity 35 sufficient to agitate, suspend, and mix into a homogeneous slurry the specified 36 amount of seed and water or other material. Distribution and discharge lines 37 shall be large enough to prevent stoppage and shall be equipped with a set of 38 hydraulic discharge spray nozzles that will provide a uniform distribution of the 39 slurry. 40 41 2. Blower equipment with an adjustable disseminating device capable of 42 maintaining a constant, measured rate of material discharge that will ensure an 43 even distribution of seed at the rates specified. 44 45 3. Power-drawn drills or seeders. 46 47 4. Areas in which the above methods are impractical may be seeded by hand 48 methods. 49 50 When seeding by hand, the seed shall be incorporated into the top '/ inch of soil by 51 hand raking or other method that is allowed by the Engineer. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Seed applied using a hydroseeder shall have a tracer added to visibly aid uniform 2 application. This tracer shall not be harmful to plant, aquatic, or animal life. If Short- 3 Term Mulch is used as a tracer, the application rate shall not exceed 250 pounds 4 per acre. 5 6 Seed and fertilizer may be applied in one application provided that the fertilizer is placed 7 in the hydroseeder tank no more than 1 hour prior to application. 8 9 8-01.3(2)D Mulching 10 This section, including title, is revised to read:. 11 12 8-01.3(2)D Temporary Mulching 13 Temporary mulch shall be straw, wood strand, or HECP mulch and shall be used for the 14 purpose of erosion control by protecting bare soil surface from particle displacement. 15 Mulch shall not be applied below the anticipated water level of ditch slopes, pond 16 bottoms, and stream banks. HECP mulch shall not be used within the Ordinary High 17 Water Mark. Non-HECP mulches applied below the anticipated water level shall be 18 removed or anchored down so that it cannot move or float, at no additional expense to 19 the Contracting Agency. 20 21 Straw or wood strand mulch shall be applied at a rate to achieve at least 95 percent 22 visual blockage of the soil surface. 23 24 Short Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and 25 may be applied in one lift. 26 27 Moderate Term Mulch and Long Term Mulch shall be hydraulically applied at the rate of 28 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 29 30 Mulch sprayed on signs or sign Structures shall be removed the same day. 31 32 Areas not accessible by mulching equipment shall be mulched by accepted 33 hand methods. 34 35 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 36 This section is deleted in its entirety. 37 38 8-01.3(2)G Protection and Care of Seeded Areas 39 This section is deleted in its entirety. 40 41 8-01.3(2)H Inspection 42 This section is deleted in its entirety. 43 44 8-01.3(2)1 Mowing 45 This section is deleted in its entirety. 46 47 8-01.3(3) Placing Biodegradable Erosion Control Blanket 48 This section's title is revised to read: 49 50 8-01.3(3) Placing Erosion Control Blanket 51 52 The first sentence of the first paragraph is revised to read: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 2 Erosion Control Blankets are used as an erosion prevention device and to enhance the 3 establishment of vegetation. 4 5 The second paragraph is revised to read: 6 7 When used to enhance the establishment of seeded areas, seeding and fertilizing shall 8 be done prior to blanket installation. 9 10 8-01.3(4) Placing Compost Blanket 11 This section is revised to read: 12 13 Compost blankets are used for erosion control. Compost blanket shall be only be placed 14 on ground surfaces that are steeper than 3-foot horizontal and 1-foot vertical though 15 steeper slopes shall be broken by wattles or compost socks placed according to the 16 Standard Plans. Compost shall be placed to a depth of 3 inches over bare soil. An 17 organic tackifier shall be placed over the entire composted area when dry or windy 18 conditions are present or expected. The tackifier shall be applied immediately after the 19 application of compost to prevent compost from leaving the composted area. 20 21 Medium compost shall be used for the compost blanket. Compost may serve the 22 purpose of soil amendment as specified in Section 8-02.3(6). 23 24 8-01.3(5) Plastic Covering 25 The first paragraph is revised to read.- 26 ead:26 27 Erosion Control — Plastic coverings used to temporarily cover stockpiled materials, 28 slopes or bare soils shall be installed and maintained in a way that prevents water from 29 intruding under the plastic and prevents the plastic cover from being damaged by wind. 30 Plastic coverings shall be placed with at least a 12-inch overlap of all seams and be a 31 minimum of 6 mils thick. Use soil stabilization and energy dissipation BMPs to minimize 32 the erosive energy flows coming off sloped areas of plastic (e.g., toe of slope). When 33 feasible, prevent the clean runoff from plastic from hitting bare soil. Direct flows from 34 plastic to stabilized outlet areas. 35 36 8-01.3(7) Stabilized Construction Entrance 37 The first paragraph is revised to read: 38 39 Temporary stabilized construction entrance shall be constructed in accordance with the 40 Standard Plans, prior to construction vehicles entering the roadway from locations that 41 generate sediment track out on the roadway. Material used for stabilized construction 42 entrance shall be free of extraneous materials that may cause or contribute to track out. 43 44 8-01.3(8) Street Cleaning 45 This section is revised to read: 46 47 Self-propelled pickup street sweepers shall be used to remove and collect dirt and other 48 debris from the Roadway. The street sweeper shall effectively collect these materials 49 and prevent them from being washed or blown off the Roadway or into waters of the 50 State. Street sweepers shall not generate fugitive dust and shall be designed and 51 operated in compliance with applicable air quality standards. Material collected by the 52 street sweeper shall be disposed of in accordance with Section 2-03.3(7)C. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 When allowed by the Engineer, power broom sweepers may be used in non-sensitive 3 areas. The broom sweeper shall sweep dirt and other debris from the roadway into the 4 work area. The swept material shall be prevented from entering or washing into waters 5 of the State. 6 7 Street washing with water will require the concurrence of the Engineer. 8 9 8-01.3(12) Compost Socks 10 The first two sentences of the first paragraph are revised to read: 11 12 Compost socks are used to disperse flow and sediment. Compost socks shall be 13 installed as soon as construction will allow but before flow conditions create erosive 14 flows or discharges from the site. Compost socks shall be installed prior to any mulching 15 or compost placement. 16 17 8-01.3(13) Temporary Curb 18 The last two sentences of the second paragraph are revised to read: 19 20 Temporary curbs shall be a minimum of 4 inches in height. Temporary curb shall be 21 installed so that ponding does not occur in the adjacent roadway. 22 23 8-01.3(14) Temporary Pipe Slope Drain 24 The third and fourth paragraphs are revised to read: 25 26 The pipe fittings shall be water tight and the pipe secured to the slope with metal posts, 27 wood stakes, or sand bags. 28 29 The water shall be discharged to a stabilized conveyance, sediment trap, stormwater 30 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain 31 water quality compliance. 32 33 The last paragraph is deleted. 34 35 8-01.3(15) Maintenance 36 This section is revised to read: 37 38 Erosion and sediment control BMPs shall be maintained or adaptively managed as 39 required by the CSWGP until the Engineer determines they are no longer needed. 40 When deficiencies in functional performance are identified, the deficiencies shall be 41 rectified immediately. 42 43 The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for 44 damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired 45 immediately. 46 47 In areas where the Contractor's activities have compromised the erosion control 48 functions of the existing grasses, the Contractor shall overseed at no additional cost to 49 the Contracting Agency. 50 51 The quarry spalls of construction entrances shall be refreshed, replaced, or screened to 52 maintain voids between the spalls for collecting mud and dirt. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 Unless otherwise specified, when the depth of accumulated sediment and 3 debris reaches approximately '/the height of the BMP the deposits shall be removed- 4 Debris or contaminated sediment shall be disposed of in accordance with Section 2- 5 03.3(7)C. Clean sediments may be stabilized on-site using BMPs as allowed by the 6 Engineer. 7 8 8-01.3(16) Removal 9 This section is revised to read: 10 11 The Contractor shall remove all temporary BMPs, all associated hardware and 12 associated accumulated sediment deposition from the project limits prior to Physical 13 Completion unless otherwise allowed by the Engineer. When the temporary BMP 14 materials are made of natural plant fibers unaltered by synthetic materials the Engineer 15 may allow leaving the BMP in place. 16 17 The Contractor shall remove BMPs and associated hardware in a way that minimizes 18 soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil 19 after removal of BMPs. If the installation and use of the erosion control BMPs have 20 compacted or otherwise rendered the soil inhospitable to plant growth, such as 21 construction entrances, the Contractor shall take measures to rehabilitate the soil to 22 facilitate plant growth. This may include, but is not limited to, ripping the soil, 23 incorporating soil amendments, or seeding with the specified seed. 24 25 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP 26 may be transferred back to the Contracting Agency. Approval of the Transfer of 27 Coverage request will require the following: 28 29 1. All other Work required for Contract Completion has been completed. 30 31 2. All Work required for compliance with the CSWGP has been completed to the 32 maximum extent possible. This includes removal of BMPs that are no longer 33 needed and the site has undergone all Stabilization identified for meeting the 34 requirements of Final Stabilization in the CSWGP. 35 36 3. An Equitable Adjustment change order for the cost of Work that has not been 37 completed by the Contractor. 38 39 4. Submittal of the Washington State Department of Ecology Transfer of 40 Coverage form (Ecology form ECY 020-87a)to the Engineer. 41 42 If the Engineer approves the transfer of coverage back to the Contracting Agency, the 43 requirement in Section 1-07.5(3)for the Contractor's submittal of the Notice of 44 Termination form to the Washington State Department of Ecology will not apply. 45 46 8-01.4 Measurement 47 This section's content is deleted and replaced with the following new subsections: 48 49 8-01.4(1) Lump Sum Bid for Project (No Unit Items) 50 When the Bid Proposal contains the item "Erosion Control and Water Pollution 51 Prevention" there will be no measurement of unit or force account items for Work 52 defined in Section 8-01 except as described in Sections 8-01.4(3) and 8-01.4(4). Also, AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 I except as described in Section 8-01.4(3), all of Sections 8-01.4(2) and 8-01.5(2) are 2 deleted. 3 4 8-01.4(2) Item Bids 5 When the Proposal does not contain the items "Erosion Control and Water Pollution 6 Prevention", Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will 7 contain some or all of the following items measured as noted. 8 9 ESC lead will be measured per day for each day that an inspection is made and a 10 report is filed. 11 12 Erosion control blanket and plastic covering will be measured by the square yard 13 along the ground slope line of surface area covered and accepted. 14 15 Turbidity curtains will be measured by the linear foot along the ground line of the 16 installed curtain. 17 18 Check dams will be measured per linear foot one time only along the ground line of 19 the completed check dam. No additional measurement will be made for check 20 dams that are required to be rehabilitated or replaced due to wear. 21 22 Stabilized construction entrances will be measured by the square yard by ground 23 slope measurement for each entrance constructed. 24 25 Tire wash facilities will be measured per each for each tire wash installed. 26 27 Street cleaning will be measured by the hour for the actual time spent cleaning 28 pavement, refilling with water, dumping and transport to and from cleaning 29 locations within the project limits, as authorized by the Engineer. Time to mobilize 30 the equipment to or from the project limits on which street cleaning is required will 31 not be measured. 32 33 Inlet protections will be measured per each for each initial installation at a 34 drainage structure. 35 36 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by 37 the linear foot along the ground line of the completed barrier. 38 39 Wattles and compost socks will be measured by the linear foot. 40 41 Temporary curbs will be measured by the linear foot along the ground line of the 42 completed installation. 43 44 Temporary pipe slope drains will be measured by the linear foot along the flow line 45 of the pipe. 46 47 Coir logs will be measured by the linear foot along the ground line of the completed 48 installation. 49 50 Outlet protections will be measured per each initial installation at an outlet location. 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 I Temporary seeding, temporary mulching, and tackifiers will be measured by the 2 acre by ground slope measurement. 3 4 Compost blanket will be measured by the square yard by ground slope surface 5 area covered and accepted. 6 7 8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 8 Pollution Prevention 9 The Contract Provisions may establish the project as lump sum, in accordance with 10 Section 8-01.4(1) and also include one or more of the items included above in Section 11 8-01.4(2). When that occurs, the corresponding measurement provision in Section 8- 12 01.4(2) is not deleted and the Work under that item will be measured as specified. 13 14 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution 15 Prevention 16 Compost blanket will be measured by the square yard by ground slope surface area 17 covered and accepted. 18 19 Temporary mulch will be measured by the acre by ground slope surface area covered 20 and accepted. 21 22 High visibility fence will be measured by the linear foot along the ground line of the 23 completed fence. 24 25 8-01.5 Payment 26 This section's content is deleted and replaced with the following new subsections: 27 28 8-01.5(1) Lump Sum Bid for Project(No Unit Items) 29 Payment will be made for the following Bid item when it is included in the Proposal: 30 31 "Erosion Control and Water Pollution Prevention", lump sum. 32 33 The lump sum Contract price for"Erosion Control and Water Pollution Prevention" 34 shall be full pay to perform the Work as described in Section 8-01 except for costs 35 compensated by Bid Proposal items inserted through Contract Provisions as 36 described in Section 8-01.4(2). Progress payments for the lump sum item "Erosion 37 Control and Water Pollution Prevention" will be made as follows: 38 39 1. The Contracting Agency will pay 15 percent of the bid amount for the 40 initial set up for the item. Initial set up includes the following: 41 42 a. Acceptance of the TESC Plan provided by the Contracting Agency or 43 submittal of a new TESC Plan, 44 45 b. Submittal of a schedule for the installation of the BMPs, and 46 47 c. Identifying water quality sampling locations. 48 49 2. 70 percent of the bid amount will be paid in accordance with Section 1- 50 09 9. 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 3. Once the project is physically complete and copies of the all reports 2 submitted to the Washington State Department of Ecology have been 3 submitted to the Engineer, and, if applicable, transference of the CSWGP 4 back to the Contracting Agency is complete, the remaining 15 percent of 5 the bid amount shall be paid in accordance with Section 1-09.9. 6 7 8-01.5(2) Item Bids 8 "ESC Lead", per day. 9 10 "Turbidity Curtain", per linear foot. 11 12 "Erosion Control Blanket', per square yard. 13 14 "Plastic Covering", per square.yard. 15 16 "Check Dam", per linear foot. 17 18 "Inlet Protection", per each. 19 20 "Gravel Filter Berm", per linear foot. 21 22 "Stabilized Construction Entrance", per square yard. 23 24 "Street Cleaning", per hour. 25 26 "Silt Fence", per linear foot. 27 28 "Wood Chip Berm", per linear foot. 29 30 "Compost Berm", per linear foot. 31 32 "Wattle", per linear foot. 33 34 "Compost Sock", per linear foot. 35 36 "Coir Log", per linear foot. 37 38 "Temporary Curb", per linear foot. 39 40 "Temporary Pipe Slope Drain", per linear foot. 41 42 "Temporary Seeding", per acre. 43 44 "Temporary Mulching", per acre. 45 46 "Compost Blanket", per square yard. 47 48 "Outlet Protection", per each. 49 50 "Tackifies', per acre. 51 52 "Erosion/Water Pollution Control", by force account as provided in Section 1-09.6. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 2 Maintenance and removal of erosion and water pollution control devices including 3 removal and disposal of sediment, stabilization and rehabilitation of soil disturbed 4 by these activities, and any additional Work deemed necessary by the Engineer to 5 control erosion and water pollution will be paid by force account in accordance with 6 Section 1-09.6. 7 8 To provide a common Proposal for all Bidders, the Contracting Agency has entered an 9 amount in the Proposal to become a part of the Contractor's total Bid. 10 11 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 12 Pollution Prevention 13 The Contract may establish the project as lump sum, in accordance with Section 8- 14 01.4(1) and also reinstate the measurement of one or more of the items described in 15 Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When 16 that occurs, the corresponding payment provision in Section 8-01.5(2) is not deleted 17 and the Work under that item will be paid as specified. 18 19 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution 20 Prevention 21 Payment will be made for the following Bid item when it is included in the Proposal: 22 23 "High Visibility Fence", per linear foot. 24 25 8-02.AP8 26 Section 8-02, Roadside Restoration 27 April 1, 2019 28 This section, including all subsections, is revised to read 29 30 8-02.1 Description 31 This Work consists of preserving, maintaining, establishing and augmenting vegetation 32 on the roadsides and within mitigation or sundry site areas. It includes vegetation 33 preservation, weed and pest control, furnishing and placing topsoil, compost, and soil 34 amendments, and furnishing and planting seed, sod and plants of all forms and 35 container types. It includes performing plant establishment activities and soil 36 bioengineering. Work shall be performed in accordance with these Specifications and 37 as shown in the Plans or as designated by the Engineer. 38 39 Trees, whips, shrubs, ground covers, cuttings, live stakes, live poles, live branches, 40 rhizomes, tubers, rootstock, and seedlings will hereinafter be referred to collectively as 41 "plants" or"plant material". Grass, wildflowers, and other plant materials installed in 42 seed form will hereinafter be referred to collectively as "seed". 43 44 8-02.2 Materials 45 Materials shall meet the requirements of the following sections: 46 47 Erosion Control and Roadside Planting 9-14 48 Water 9-25.2 49 50 Botanical identification and nomenclature of plant materials shall be based on 51 descriptions by Hitchcock and Cronquist in "Flora of the Pacific Northwest". Botanical AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 identification and nomenclature of plant material not found in "Flora" shall be based on 2 Bailey in "Hortus Third" or superseding editions and amendments or as referenced in 3 the Plans. 4 5 8-02.3 Construction Requirements 6 8-02.3(1) Responsibility During Construction 7 The Contractor shall prepare, install, and ensure adequate and proper care of all 8 roadside seeded, planted, and lawn areas on the project until all plant 9 establishment periods required by the Contract are complete or until Physical 10 Completion of the project, whichever is last. 11 12 Adequate and proper care shall include, but is not limited to, keeping all plant 13 material in a healthy, growing condition by watering, pruning, and other actions 14 deemed necessary for plant health. This Work shall include keeping the project 15 area free from insect infestation, weeds or unwanted vegetation, litter, and other 16 debris along with retaining the finished grades and mulch in a neat uniform 17 condition. 18 19 Existing desirable vegetation shall be saved and protected unless removal is 20 required by the Contract or allowed by the Engineer. 21 22 The Contractor shall have sole responsibility for the maintenance and appearance 23 of the roadside restoration. 24 25 8-02.3(2) Work Plans 26 Three Work Plan submittals exist under this Section: 27 28 1. Roadside Work Plan: This plan is required when Work will disturb the 29 roadside beyond 20 feet from the pavement or where trees or native 30 vegetation will be removed, the Contractor shall submit a Type 2 Working 31 Drawing. 32 33 2. Weed and Pest Control Plan: This plan is required when the proposal 34 contains the item "Weed and Pest Control," and prior to application of any 35 chemicals or weed control activities, the Contractor shall submit a Type 2 36 Working Drawing. 37 38 3. Plant Establishment Plan: This plan is required when the proposal 39 contains the item "PSIPE_", and prior to completion of Initial Planting, the 40 Contractor shall submit a Type 2 Working Drawing. 41 42 8-O2.3(2)A Roadside Work Plan 43 The Roadside Work Plan shall define the expected impacts to the roadside 44 and restoration resulting from Work necessary to meet all Contract 45 requirements. The Contractor shall define how the roadside restoration Work 46 included in the Contract will be phased and coordinated with project Work such 47 as earthwork, staging, access, erosion and water pollution control, irrigation, 48 etc. The Roadside Work Plan shall include the following: 49 50 1. Limiting impacts to roadsides. 51 52 a. Limits of Work including locations of staging or parking. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 b. Means and methods for vegetation protection (in accordance 3 with Section 1-07.16(2)). 4 5 c. Locations outside of clearing limits where vegetation shall be 6 removed to provide access routes or other needs to accomplish 7 the Work. 8 9 d. Plans for removal, preservation and stockpile of topsoil or other 10 native materials, if outside of clearing and grubbing limits and 11 within the project limits. 12 13 2. Roadside Restoration: 14 15 a. Plan for propagation and procurement of plants, ground 16 preparation for planting, and installation of plants. 17 18 b. Means and methods to limit soil compaction where seeding and 19 planting are to occur, such as steel plates, hog fuel access 20 roads, wood mats for sensitive areas (including removal) and 21 decompaction for unavoidable impacts. 22 23 c. Plan and timing to incorporate or remove erosion control items. 24 25 3. Lawn Installation: 26 27 a. Schedule for lawn installation work. 28 29 b. Establishment and maintenance of lawns. 30 31 8-02.3(2)B Weed and Pest Control Plan 32 The Weed and Pest Control Plan shall describe all weed and pest control 33 needs for the project. 34 35 The plan shall be prepared and signed by a licensed Commercial Pest Control 36 Operator or Consultant. The plan for control of weeds and pests on the 37 Contract in accordance with Section 8-02.3(3) shall include the following: 38 39 1. Names of plan preparer and pesticide operators, including contact 40 information. The Contractor shall furnish the Engineer evidence that 41 all operators are licensed with appropriate endorsements, and that 42 the pesticide used is registered for use by the Washington State 43 Department of Agriculture. 44 45 2. Means and methods of weed control, including mechanical and/or 46 chemical. 47 48 3. Schedule for weed control including re-entry times for pesticide 49 application by pesticide type. 50 51 4. Proposed pesticide use in accordance with Section 8-02.3(3)A: 52 name, application rate, and Safety Data Sheets of all proposed AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 pesticides. Include a copy of the current product label for each 2 pesticide to be used. 3 4 5. Plan to ensure worker safety until pesticide re-entry periods are met. 5 6 8-02.3(2)C Plant Establishment Plan 7 The Plant Establishment Plan shall describe activities necessary to ensure 8 continued health and vigor of planted and seeded areas in accordance with the 9 requirements of Sections 8-02.3(12) and 8-02.3(13). Should the plan become 10 unworkable at any time during the first-year plant establishment, the 11 Contractor shall submit a revised plan prior to proceeding with further Work. 12 The Plant Establishment Plan shall include: 13 14 1. Proposed scheduling of joint inspection meetings, activities, 15 materials, equipment to be utilized for the first-year plant 16 establishment. 17 18 2. Proposed adaptive management activities to ensure successful 19 establishment of seeded, sodded, and planted areas. 20 21 3. A contact person. 22 23 4. Management of the irrigation system, when applicable. 24 25 8-02.3(3) Weed and Pest Control 26 The Contractor shall control weed and pest species within the project limits using 27 integrated pest management principles consisting of mechanical, biological, and 28 chemical controls that are outlined in the Weed and Pest Control Plan or as 29 designated by the Engineer. Controlling weeds consists of killing and removing 30 weeds by chemical, mechanical, and hand methods. 31 32 8-02.3(3)A Chemical Pesticides 33 Chemical pesticides include, but are not restricted to, any substance or mixture 34 of substances intended for preventing, destroying, repelling or mitigating any 35 pest, including but not limited to, insecticides, herbicides, fungicides, 36 adjuvants, and additives, including plant regulators, defoliants and desiccants. 37 The Contractor shall apply chemical pesticides in accordance with the label 38 recommendations, the Washington State Department of Ecology, local 39 sensitive area ordinances, and Washington State Department of Agriculture 40 laws and regulations. Only those pesticides listed in the table Herbicides 41 Approved for Use on WSDOT Rights of Way and accepted as part of the 42 Weed and Pest Control Plan or by written authorization from the Engineer may 43 be used (+v)jv%,v.nrsdo:LAVa.g0Vi[11a1A[enancefroadsid ` ei'bidde use.l'liil). 44 45 The applicator shall be licensed by the State of Washington as a Commercial 46 Applicator or Commercial Operator, with additional endorsements as required 47 by the Special Provisions or the proposed weed control plan. All chemical 48 pesticides shall be delivered to the job site in the original containers, or if pre- 49 mixed off-site, a certification of the components and formulation from the 50 supplier is required. The licensed applicator or operator shall complete 51 WSDOT Form 540-509, Commercial Pesticide Application Record, each day AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 I the pesticide is applied and furnish a copy to the Engineer by the following 2 business day. 3 4 The Contractor shall ensure confinement of the chemicals within the 5 designated areas. The use of spray chemical pesticides shall require the use 6 of anti-drift and activating agents and a spray pattern indicator unless 7 otherwise allowed by the Engineer. 8 9 The Contractor shall assume all responsibility for rendering any area 10 unsatisfactory for planting by reason of chemical application. Damage to 11 adjacent areas, either on or off the Highway Right of Way, shall be repaired to 12 the satisfaction of the Engineer or the property owner at no additional cost to 13 the Contracting Agency. 14 15 8-02.3(3)B Planting and Lawn Area Weed Control 16 Planting and lawn area weed control consists of controlling weeds and pests in 17 planted and lawn areas shown in the Plans. This Work is included in the bid 18 items for planting and lawn installation. 19 20 All planting and lawn areas shall be prepared so that they are weed and debris 21 free at the time of planting and until completion of the project. The planting 22 areas shall include the entire ground surface, regardless of cover, areas 23 around plants, and those areas shown in the Plans. 24 25 Within planting or lawn areas, all species that are not shown in the Plans are 26 unwanted and shall be controlled unless specifically allowed by the Engineer 27 to remain. 28 29 Grass growing within the mulch ring of a plant, including grass applied in 30 accordance with Sections 8-01.3(2)A1, 8-02.3(9)or 8-02.3(10), shall be 31 considered a weed and shall be controlled on the project in accordance with 32 the weed and pest control plan. 33 34 All applications of post-emergent herbicides shall be made while green and 35 growing tissue is present. Residual herbicides shall not be used where 36 rhizomatous species or perennial species are indicated. 37 38 Should unwanted vegetation reach the flowering and seed stage in violation of 39 these Specifications, the Contractor shall physically remove and bag the seed 40 heads prior to seed dispersion. All physically removed vegetation and seed 41 heads shall be disposed of off-site at no cost to the Contracting Agency. 42 43 8-02.3(3)C Project Area Weed and Pest Control 44 The Contractor shall control weeds not otherwise covered in accordance with 45 Section 8-02.3(3)B, in all areas within the project limits, including erosion 46 control seeding areas and vegetation preservation areas, as designated by the 47 Engineer. 48 49 When the Bid Item "Project Area Weed and Pest Control' is included in the 50 Contract, the Contractor shall also control all weeds specified as noxious by 51 the Washington State Department of Agriculture, the local Weed District, or the AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 I County Noxious Weed Control Board outside of planting areas within the 2 project limits. 3 4 8-02.3(4) Topsoil 5 Topsoil shall not be worked or placed when the ground or topsoil is frozen, or 6 excessively wet. 7 8 The Contractor shall protect topsoil stockpiled for project use to prevent erosion 9 and weed growth. Weed growth on topsoil stockpile sites shall be immediately 10 eliminated in accordance with the accepted Weed and Pest Control Plan and 11 Section 8-02.3(3)C. 12 13 The subsoil where topsoil is to be placed shall be tilled to a depth of 1 foot or as 14 specified in the Special Provisions or the Plans. Topsoil of the type specified shall 15 be evenly spread over the specified areas to the depth shown in the Plans or as 16 otherwise ordered by the Engineer. Topsoil depths greater than 6 inches shall be 17 placed in lifts no more than 6 inches in depth. The first lift of topsoil shall be 18 incorporated with sub-soil to a depth of 8 inches and subsequent lifts placed and 19 lightly tamped between lifts. After the topsoil has been spread, all large clods, hard 20 lumps, and rocks 2 inches in diameter and larger, and litter shall be raked up, 21 removed, and disposed. 22 23 8-02.3(4)A Topsoil Type A 24 Topsoil Type A shall be as specified in the Special Provisions. The Contractor 25 shall submit a certification by the supplier that the contents of the Topsoil meet 26 the requirements in the Special Provisions. 27 28 8-02.3(4)B Topsoil Type B 29 Topsoil Type B shall be naturally occurring topsoil taken from within the project 30 limits and shall meet the requirements of Section 9-14.1(2). Topsoil Type B 31 shall be taken from areas shown in the Plans to the designated depth and 32 stockpiled at locations that will not interfere with the construction of the project, 33 and outside of sensitive areas, as allowed by the Engineer. A minimum of two 34 weeks prior to excavation of Topsoil Type B, the Contractor shall pre-treat the 35 vegetation on the designated Topsoil Type B areas according to the Weed and 36 Pest Control Plan. Areas beyond the slope stakes shall be disturbed as little as 37 possible in the above operations and under no circumstances shall Topsoil 38 Type B be stockpiled within 10 feet of any existing tree or vegetation area 39 designated to be saved and protected. The Contractor shall protect topsoil 40 stockpile from weed infestation. 41 42 The Contractor shall set aside sufficient material to satisfy the needs of the 43 project. 44 45 Upon completion of topsoil placement, the Contractor shall dispose of 46 remaining stockpiled Topsoil Type B not required for use on the project at no 47 additional expense to the Contracting Agency in accordance with Section 2- 48 03.3(7)C. 49 50 Should a shortage of Topsoil Type B occur, and the Contractor has wasted or 51 otherwise disposed of topsoil material, the Contractor shall furnish Topsoil 52 Type A or C at no additional expense to the Contracting Agency. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 8-O2.3(4)C Topsoil Type C 3 Topsoil Type C shall be naturally occurring topsoil obtained from a source 4 provided by the Contractor outside of the Contracting Agency-owned Right of 5 Way. Topsoil Type C shall meet the requirements of Sections 8-O2.3(4)B and 6 9-14.1(3). The Contractor shall not begin removal of Topsoil Type C from the 7 proposed source until the material has been allowed for use by the Engineer. 8 9 8-02.3(5) Roadside Seeding, Lawn and Planting Area Preparation 10 This Work includes preparing worked areas for the installation of all types of 11 permanent erosion control planting. Work shall be conducted so the flow lines in 12 drainage channels are maintained. Material displaced by the Contractor's 13 operations that interferes with drainage shall be removed from the channel and 14 disposed of as allowed by the Engineer. 15 16 8-O2.3(5)A Seeding Area Preparation 17 The Contractor shall prepare roadside seeding areas as follows: 18 19 1. Remove all excess material, debris, stumps, and rocks greater than 3 20 inches in diameter from areas to be seeded. Dispose of removed 21 materials offsite. 22 23 2. Prepare roadside seeding area to a weed free and bare condition. 24 25 3. Bring area to uniform grade and install topsoil, soil amendments, or 26 compost as specified. Any slopes 3(H) to 1(V) or steeper shall not be 27 tilled unless otherwise specified. 28 29 4. Compact to provide a reasonably firm but friable seedbed; tractor 30 walk to uniformly cover the surface with longitudinal depressions at 31 least 2 inches deep formed perpendicular to the natural flow of water 32 on the slope. Condition the soil with sufficient water so the 33 longitudinal depressions remain in the soil surface until completion of 34 the seeding. 35 36 5. Seed and mulch within 2 days of preparation. 37 38 8-O2.3(5)B Lawn Area Preparation 39 The Contractor shall prepare lawn areas as follows: 40 41 1. Prepare lawn area to a weed free and bare condition in accordance 42 with Section 8-O2.3(3)B. 43 44 2. Remove excess material, stumps, wood or rocks over 3 inches in 45 diameter and remove from site. 46 47 3. Bring area to uniform grade and install topsoil or soil amendments in 48 accordance with Section 8-02.3(4) and 8-02.3(6). 49 50 4. Till to an 8-inch depth, rake to a smooth even grade without low areas 51 that trap water, and compact with a 50-pound roller. The finished AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 grade of the soil shall be 1 inch below the top of all curbs, junction 2 and valve boxes, walks, driveways, and other Structures. 3 4 5. Seed or sod the area within two days of preparation. 5 6 8-02.3(5)C Planting Area Preparation 7 The Contractor shall prepare planting areas as follows: 8 9 1. Prepare planting area to a weed free and bare condition in 10 accordance with Section 8-02.3(3)B. 11 12 2. Decompact soil to a depth of 18 inches where construction activities 13 have taken place or where native soils are compacted. 14 15 3. Return soil to uniform grade even with surrounding areas, leaving no 16 holes or mounds over 3 inches in depth or height. 17 18 4. Remove excess material, stumps, wood or rocks over 3 inches in 19 diameter and remove from site. 20 21 5. Apply compost or other amendments as indicated in the plans and in 22 accordance with Section 8-02.3(6). 23 24 6. Cultivate amendments to a depth of 12 inches to provide a 25 reasonably firm but friable planting area. Do not till any slopes 3(H)to 26 1(V) or steeper. 27 28 7. Return soil to a uniform finished grade, 1 inch, or the specified depth 29 of mulch plus 1 inch, below walks, curbs, junction and valve boxes, 30 catch basins, and driveways, unless otherwise specified. 31 32 8. Begin planting and mulching the area within two days of final 33 preparation. 34 35 8-02.3(6) Soil Amendments 36 The Contractor shall place soil amendments of the type, quality, and quantities 37 specified where shown in the Plans or as specified in the Special Provisions. Areas 38 receiving soil amendments shall be bare soil or vegetation free prior to application. 39 All soil amendments shall be installed as shown in the Plans within 30 calendar 40 days after delivery to the project site. 41 42 8-02.3(6)A Compost 43 Compost used for soil amendments shall be Fine Compost unless otherwise 44 designated in the Plans. When compost blanket is used for temporary erosion 45 control, the compost blanket may be incorporated into the soil immediately 46 prior to planting when used as compost soil amendment. The area shall be 47 prepared in accordance with Section 8-02.3(5) prior to placing compost. 48 49 8-02.3(6)B Fertilizers 50 The Contractor shall apply fertilizer in the form, mixture, and rate specified in 51 the Special Provisions or as directed by the Engineer. Application procedures AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 shall be in accordance with the manufacturer's recommendations unless 2 otherwise specified in the Special Provisions. 3 4 The Contractor shall submit a guaranteed fertilizer analysis label for the 5 selected product a minimum of one week prior to application for acceptance. 6 Following the Engineer's acceptance, fertilizing of the accepted ground or 7 vegetated surfaces shall begin immediately. 8 9 In seeding and lawn areas to be fertilized, the fertilizer shall be applied 10 concurrently with the seed. When fertilizer is hydraulically applied, the fertilizer 11 shall be suitable for application with seeding as specified in Section 8- 12 02.3(9)C. If hydroseeding, the fertilizer shall be placed in the hydroseeder tank 13 no more than 1 hour prior to application. 14 s 15 Fertilizers for planting areas shall be applied concurrently with compost and 15 applied prior to incorporation, unless tablet form fertilizer is specified. Where 17 tablet form fertilizer is specified, fertilizer shall be applied concurrently with 18 plant installation. 19 20 Fertilizer sprayed on signs or sign structures shall be removed the same day. 21 22 Areas not accessible by fertilizing equipment shall be fertilized by allowed 23 hand methods. 24 25 Second Application: A second application of fertilizer shall be applied as 26 specified in the Special Provisions at the locations designated in the Plans. 27 The fertilizer shall be applied during the months of March, April, or May of the 28 following year after the initial seeding, planting, or lawn installation. The 29 fertilizer shall be dry granular pellets or pearls and applied in accordance with 30 the manufacturer's recommendations or as specified in the Special Provisions. 31 32 8-02.3(7) Layout of Planting, Lawn and Seeding Areas 33 The Contractor shall lay out and prepare planting and lawn areas and receive the 34 Engineer's acceptance of layout and preparation prior to any installation activities. 35 The Contractor shall stake the location of all trees larger than 1-inch caliper and the 36 perimeter of all planting areas for acceptance by the Engineer prior to any 37 installation activities. 38 39 The Contractor shall locate all trees to be planted in mowable grass areas a 40 minimum of 10 feet from the edge of planting areas, other trees, fence lines, and 41 bottom of ditches unless otherwise specified. 42 43 Tree locations shown in the Plans shall be considered approximate unless shown 44 with stationing and offset distance. In irrigated areas, trees shall be located so their 45 trunk is a minimum of'/of the spray radius away from the nearest sprinkler head. 46 47 Unless otherwise shown, planting areas located adjacent to Roadways shall begin 48 6 feet from the edge of shoulder on roadway fills and begin 5 feet up on the back 49 slope from the bottom on roadway cut sections. Plants within planting areas shall 50 be located such that mature branching pattern will not block sight distance, signs, 51or other traffic-related devices. No trees shall be placed where the mature canopy 52 will grow to within 10 feet of existing power lines. Where roadside ditches are AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 present, planting areas shall begin 5 feet from the centerline of the ditch unless 2 shown otherwise in the Plans. 3 4 8-02.3(8) Planting 5 8-02.3(8)A Dates and Conditions for Planting 6 No plant material shall be planted until it has been inspected and accepted for 7 planting by the Engineer. Rejected material shall be removed from the project 8 site immediately. All plants for the project or a sufficient quantity to plant 1-acre 9 of the site, whichever is less, shall be received on site prior to the Engineer 10 beginning inspection of the plants. 11 12 Under no circumstances will planting be permitted during unsuitable soil or 13 weather conditions as determined by the Engineer. Unsuitable conditions may 14 include frozen soil, freezing weather, saturated soil, standing water, high 15 winds, heavy rains, and high water levels. The ground shall be moist at the 16 time of planting. All planting shall be accomplished during the following 17 periods: 18 19 1. Non-Irrigated Plant Material 20 Western Washington (West of the Cascade Mountain Crest)— 21 October 1 to March 1. 22 Eastern Washington (East of the Cascade Mountain Crest)—October 23 1 to November 15. 24 25 2. Irrigated Plant Material 26 27 In irrigated areas, plant material shall not be installed until the irrigation 28 system is fully operational and accepted by the Engineer. Trees and 29 shrubs may be planted in irrigated areas during the non-irrigated planting 30 window before the irrigation system is functional with the written 31 concurrence of the Engineer only if the irrigation system is guaranteed to 32 be operational prior to the end of the non-irrigated planting window. 33 34 8-02.3(8)B Plant Installation 35 The Contractor shall handle plant material in the following manner: 36 37 1. Root systems shall be kept covered and damp at all times. Plant 38 material shall be kept in containers until the time of planting. 39 40 2. Roots shall not be bunched, curled, twisted, or unreasonably bent 41 when placed in the planting hole. Bare root plant material shall be 42 dormant at the time of harvesting and planting. The root systems of 43 all bare root plant material shall be dipped in a slurry immediately 44 prior to planting. 45 46 3. Plant material supplied in wrapped balls shall not be removed from 47 the wrapping until the time of planting at the planting location. The 48 root system of balled plant material shall be moist at the time of 49 planting. Root balls shall be loosened prior to planting. All burlap, 50 baskets, string, wire and other such materials shall be removed from 51 the hole when planting balled plants. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 4. Plant cutting material shall be dormant at the time of cutting and 2 planting. All cuttings shall be installed immediately if buds begin to 3 swell. 4 5 5. Plants shall be placed with the crown at the finished grade. In their 6 final position, plants shall have their top true root(not adventitious 7 root) no more than 1 inch below the soil surface, no matter where that 8 root was located in the original root ball or container. The backfill 9 material, including container and root ball soil, shall be thoroughly 10 watered on the same day that planting occurs regardless of season. 11 12 When installing plants, the Contractor shall dig planting holes three times the 13 diameter of the container or root ball size. Any glazed surface of the planting 14 hole shall be roughened prior to planting. 15 16 8-02.3(8)C Pruning, Staking, Guying, and Wrapping 17 Plants shall be pruned at the time of planting, only to remove minor broken or 18 damaged twigs, branches or roots. Pruning shall be performed with a sharp 19 tool and shall be done in such a manner as to retain or to encourage natural 20 growth characteristics of the plants. All other pruning shall be performed only 21 after the plants have been in the ground at least 1 year and when plants are 22 dormant. 23 24 Trees shall only be staked when so noted in the Plans. Each tree shall be 25 staked or guyed before completion of the backfilling in accordance with the 26 details shown in the Plans. 27 28 Trees shall be wrapped when so noted in the Plans. 29 30 8-02.3(9) Seeding, Fertilizing, and Mulching 31 For all seed, the Contractor shall furnish the following documentation to the 32 Engineer: 33 34 1. The state or provincial seed dealer license and endorsements. 35 36 2. Copies of Washington State Department of Agriculture (WSDA) test 37 results on each lot of seed. Test results shall be within six months prior to 38 the date of application. 39 40 8-02.3(9)A Dates for Application of Seed 41 Unless otherwise allowed by the Engineer, the Contractor shall apply seed for 42 permanent erosion control during the following periods: 43 Western Washington' Eastern Washington (West of the Cascade Mountain (East of the Cascade Mountain Crest) Crest) March 1 through May 15 October 1 through November 15 _ September 1 through October 1 'Seeding may be allowed outside these dates when allowed by the Engineer 44 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 All roadway excavation and embankment ground surfaces that are completed 2 to final grades shall be prepared and seeded during the first available seeding 3 window. When environmental conditions are not conducive to satisfactory 4 results, the Engineer may suspend the seeding Work until such time that the 5 desired results are likely to be obtained. If seeding is suspended, temporary 6 erosion control methods according to Section 8-01 shall be used to protect the 7 bare soil until seeding conditions improve. 8 9 8-02.3(9)6 Seeding and Fertilizing 10 The Contractor shall prepare the seeding area in accordance with Section 8- 11 02.3(5)A and apply seed at the rate and mix specified in the Special 12 Provisions. The Contractor shall notify the Engineer within 5 days in advance 13 of any seeding operation and shall not begin the Work until areas prepared or 14 designated for seeding have been accepted. Following the Engineer's 15 acceptance, seeding of the accepted ground surfaces shall begin immediately. 16 17 Seeding shall not be done during windy weather or when the ground is frozen, 18 or excessively wet. 19 20 When seeding by hand, the seed shall be incorporated into the top '/ inch of 21 soil by hand raking or other method that is allowed by the Engineer. 22 23 Seed applied as a separate operation using a hydroseeder shall have a tracer 24 added to visibly aid uniform application. The tracer shall be HECP Short-Term 25 Mulch applied at a rate of 200 to 250 pounds per acre and the tracer shall carry 26 the measured specified seeding rate. 27 28 8-02.3(9)C Seeding with Fertilizers and Mulches 29 When the Proposal includes any variation of seeding, fertilizing, and without 30 mulching, the seed and fertilizer shall be applied in one application followed by 31 mulching. West of the Cascade Mountains, seed, fertilizer, and mulch may be 32 completely applied in one application. East of the Cascades, seeding, 33 fertilizing, and mulching shall not be applied as a single application unless 34 allowed by the Engineer in writing prior to application. The fertilizing and 35 mulching shall meet the requirements of Sections 8-02.3(6) and 8-02.3(11). 36 37 8-02.3(9)D Inspection 38 Seeded areas will be inspected upon completion of seeding, fertilizing, and 39 mulching. The Work in any area will not be measured for payment until a 40 uniform distribution of the materials is accomplished at the specified rate. 41 Areas that have not received a uniform application of seed, fertilizer, and 42 mulch at the specified rate, as determined by the Engineer, shall be re-seeded, 43 re-fertilized, or re-mulched prior to payment for seeding within a designated 44 area. 45 46 8-02.3(9)E Protection and Care of Seeded Areas 47 The Contractor shall install and establish a stable and weed free stand of 48 grass as specified within all designated permanent seeding areas. A stable 49 stand of grass shall meet the following requirements: 50 51 1. A dense and uniform canopy cover, 70% for Western Washington 52 and 50% for Eastern Washington, of specified species covers all AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 seeded areas after 3 months of active growth following germination 2 during the growing season. Canopy cover is defined as the cover of 3 living and vigorous grass blades, leaves, and shoots of specified 4 species. Volunteer species, weeds, woody plants, or other 5 undesirable vegetation shall not factor into the canopy cover. Growth 6 and establishment may require supplemental irrigation to meet cover 7 requirements. 8 9 2. Stand health is evident by vigorously growing planted species having 10 a uniform rich-green appearance and with no dead patches or major 11 gaps of growth. A stand of grass that displays rusting, wilting, stunted 12 growth, disease, yellowing or browning of leaves, or bare patches 13 does not meet the stand health requirement. 14 15 3. The Contractor shall establish a stable stand of grass free of all 16 weeds, non-specified grasses, and other undesirable vegetation. 17 Weed control shall be in accordance with the Weed and Pest Control 18 Plan and occur on a monthly basis during the establishment period 19 and through the life of the Contract. 20 21 4. Remove all trash, rocks, construction debris, and other obstructions 22 that may be detrimental to the continued establishment of future 23 seeding. 24 25 In addition to the requirements of Section 1-07.13(1), restoration of eroded 26 areas including clean up, removal, and proper disposal of eroded material, 27 filling and raking of eroded areas with Topsoil Type A or fine compost, and re- 28 application of the specified seed, fertilizer, and mulch shall occur at no 29 additional cost to the Contracting Agency. 30 31 8-02.3(10) Lawn Installation 32 8-02.3(10)A Dates and Conditions for Lawn Installation 33 In irrigated areas, lawn installation shall not begin until the irrigation system 34 is fully operational. 35 36 Unless otherwise allowed by the Engineer, seeded lawn installation shall be 37 performed during the following time periods at the location shown: 38 Western Washington Eastern Washington (West of the Cascade Mountain (East of the Cascade Mountain Crest) Crest) March 1 through May 15 1 October 1 through November 15 _ September 1 through October 1 When irrigation system is operational When irrigation system is operational March 1 through October 1 March 1 through November 1 39 40 8-02.3(10)8 Lawn Seeding and Sodding 41 The Contractor shall prepare the lawn area in accordance with Section 8- 42 02.3(5) and apply seed at the mix and rate of application as specified in the 43 Special Provisions. 44 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 The Contractor shall have the option of sodding in lieu of seeding for lawn 2 installation at no additional expense to the Contracting Agency. Seeding in lieu 3 of sodding will not be allowed. 4 5 Seed placed by hand shall be raked into the soil. Following raking, the seeded 6 soil shall be rolled with a smooth 50-pound roller. Sod strips shall be placed 7 within 48 hours of being cut. Placement shall be without voids and have the 8 end joints staggered. Following placement, the sod shall be rolled with a 9 smooth roller to establish contact with the soil. 10 '11 Barriers shall be erected, with warning signs where necessary, to preclude 12 pedestrian traffic access to the newly placed lawn during the establishment 13 period. 14 15 8-02.3(10)C Lawn Establishment 16 Lawn establishment shall consist of caring for all new lawn areas within the 17 limits of the project. 18 19 The lawn establishment period shall begin immediately after the lawn seeding 20 or sodding has been accepted by the Engineer and shall extend to the end of 21 four mowings or 20 working days whichever is longer. The mowings shall be 22 done in accordance with Section 8-02.3(10)D. 23 24 During the lawn establishment period, the Contractor shall ensure the 25 continuing healthy growth of the turf. This care shall include keeping the 26 project in a presentable condition including, but not limited to, removal of litter, 27 mowing, trimming, removal of grass clippings, edging, fertilization, insecticide 28 and fungicide applications, weed control, watering, repairing the irrigation 29 system, and repair and reseeding all damaged areas. 30 31 Temporary barriers shall be removed only when directed by the Engineer. 32 33 All Work performed under lawn establishment shall comply with established 34 turf management practices. 35 36 Acceptance of lawn planting as specified will be based on a uniform stand of 37 grass and a uniform grade at the time of final inspection. The Contractor shall 38 recultivate, re-grade, reseed, and refertilize areas that are bare or have a poor 39 stand of grass or not having a uniform grade through any cause before final 40 inspection at no additional cost to the Contracting Agency. 41 42 8-02.3(10)D Lawn Mowing 43 Lawn mowing shall begin immediately after the lawn establishment period has 44 been accepted by the Engineer and shall extend to the end of the Contract or 45 the first-year plant establishment, whichever is last. 46 47 The Contractor shall accomplish the following minimum requirements: 48 49 1. Mow, trim, and edge as often as conditions dictate, at a minimum, 50 once per week between April and September. Maximum height of 51 lawn shall not exceed 3 inches. The cutting height shall be 2 inches. 52 Cuttings, trimmings, and edgings shall be disposed of off the project AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 site. When the Engineer allows the use of a mulching mower, 2 trimmings may be left in place. 3 4 2. Water as often as conditions dictate depending on weather and soil 5 conditions. 6 7 3. Provide fertilizer, weed control, water, and other measures as 8 necessary to establish and maintain a healthy stand of grass. 9 10 8-02.3(11) Mulch 11 Mulches associated with seeding and planting shall be of the type specified in the 12 Special Provisions or as indicated in the Plans. The Contractor shall evenly apply 13 mulch at the rates indicated in the Plans. Mulches shall not be placed below the 14 anticipated water level of ditch slopes, pond bank slopes, and stream banks, or in 15 areas of standing or flowing water. 16 17 8-02.3(11)A Mulch for Seeding Areas 18 The Contractor shall furnish and evenly apply Hydraulically Applied Erosion 19 Control Product (HECP) Long Term Mulch at the rates indicated and in 20 accordance with the Manufacturer's specifications unless otherwise specified. 21 22 HECP Long Term Mulch shall be hydraulically applied at the rate of 3500 23 pounds per acre with no more than 2000 pounds applied in any single lift. 24 HECP mulch shall not be used within the Ordinary High Water Mark. 25 26 Mulch sprayed on signs or sign Structures shall be removed the same day. 27 28 Areas not accessible by mulching equipment shall be mulched by accepted 29 hand methods. 30 31 HECP Long Term Mulch may be applied with seed and fertilizer west of the 32 summit of the Cascade Range. East of the summit of the Cascade Range, 33 seed and fertilizer shall be applied in a single application followed by the 34 application of mulch. 35 36 8-02.3(11)B Bark or Woodchip Mulch 37 The Contractor shall apply bark or wood chip mulch of the type and depth 38 specified where shown in the Plans or as specified in the Special Provisions. 39 40 The Contractor shall complete final grading and placement/incorporation of soil 41 amendments within the planting area prior to placement of mulch. Areas 42 receiving bark mulch shall be bare soil or vegetation free before application, 43 except where trees and other plants are specifically identified in the Plans or 44 designated by the Engineer to be saved and protected. 45 46 Bark or wood chip mulch shall be placed to a uniform non-compacted depth of 47 3 inches over all planting areas unless otherwise specified. Mulch shall be 48 feathered to the base of the plant and 1 inch below the top of junction and 49 valve boxes, curbs, and pavement edges. 50 51 Any contamination of the mulch due to the Contractor's operations shall be 52 corrected to its former condition at no additional cost to the Contracting AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Agency. Mulch placed to a thickness greater than specified shall be at no 2 additional cost to the Contracting Agency. 3 4 The Contractor shall keep plant material crowns, runners, and branches free of 5 mulch at all times. 6 7 8-O2.3(11)C Bark or Woodchip Mulch Rings 8 The Contractor shall apply mulch rings around plants installed within existing 9 vegetation areas or within seeded areas as shown in the Plans. Bark or wood 10 chip mulch rings shall be applied to the surface of vegetation free amended 11 soil in the isolated plant locations where shown in the Plans or as specified in 12 the Special Provisions. Bark or wood chip mulch shall be placed to a uniform 13 non-compacted depth of 3 inches to a radius of 2 feet around all plants within 14 interplanted plant locations. 15 16 8-02.3(12) Completion of Initial Planting 17 Upon completion of the initial planting within a designated area, the Engineer will 18 make an inspection of all planting areas. The Engineer will notify the Contractor, in 19 writing, of any replacements or corrective action necessary to meet the plant 20 installation requirements. The Contractor shall replace all plants and associated 21 materials rejected or missing and correct unsatisfactory conditions. 22 23 Completion of the initial planting within a designated area includes the following 24 conditions: 25 26 1. 100 percent of each of the plant material categories are installed as 27 shown in the Plans. 28 2.9 2. Planting Area is cleaned up. 30 31 3. Repairs are completed, including but not limited to, full operation of the 32 irrigation system. 33 34 4. Mulch coverage is complete. 35 36 5. All weeds are controlled. 37 38 8-02.3(13) Plant Establishment 39 Plant establishment consists of caring for all plants and planting areas within the 40 project limits. The provisions of Sections 1-07.13(2) and 1-07.13(3) do not apply to 41 this Section. 42 43 When the Proposal includes the bid item PSIPE (Plant Selection Including 44 Plant Establishment), that bid item includes one year of plant establishment Work. 45 The first year of plant establishment shall begin immediately upon written 46 notification from the Engineer of the completion of initial planting for the project. 47 The first-year plant establishment period shall be a minimum of one calendar year. 48 The one calendar year shall be extended an amount equal to any periods where 49 the Contractor does not comply with the plant establishment requirements and 50 plan. 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3119 1 During the first-year plant establishment period, the Contractor shall perform all 2 Work necessary to ensure the resumption and continued growth of the transplanted 3 material. This Work shall include, but is not limited to, applying water, removing 4 foreign, dead, or rejected plant material, maintaining all planting areas in a weed- s free condition, and replacing all unsatisfactory plant material planted under the 6 Contract. If plants are stolen or damaged by the acts of others, the Contracting 7 Agency will pay invoice cost only for the replacement plants with no mark-up and 8 the Contractor will be responsible for the labor to install the replacement plants. 9 Other weed control within the project limits but outside of planting, lawn, or seeding 10 areas shall be as specified in Section 8-02.3(3)C. 11 12 During the first year of plant establishment, the Contractor shall meet monthly or at 13 an agreed upon schedule with the Engineer for the purpose of joint inspection of 14 the planting material. The Contractor shall correct all unsatisfactory conditions 15 identified by the Engineer within a 10-day period immediately following the 16 inspection. If plant replacement is required, the Contractor shall, within the 10-day 17 period, submit a plan and schedule for the plant procurement and replacement to 18 occur during the planting period as designated in Section 8-02.3(8). At the end of 19 the plant establishment period, plants that do not show normal growth shall be 20 replaced and all staking and guying that remain on the project shall be removed 21 unless otherwise allowed by the Engineer. 22 23 All automatic irrigation systems shall be operated fully automatic during the plant 24 establishment period and until final acceptance of the Contract. Payment for water 25 used to water in plants, or hand watering of plant material or lawn areas unless 26 otherwise specified, is the responsibility of the Contractor during the first-year plant 27 establishment period. 28 29 Subsequent year plant establishment periods shall begin immediately at the 30 completion of the preceding year's plant establishment period. Each subsequent 31 plant establishment period shall be one full calendar year in duration. 32 33 During the plant establishment period(s) after the first year plant establishment, the 34 Work necessary for the continued healthy and vigorous growth of all plants material 35 shall be performed as directed by the Engineer. 36 37 Payment for water used to water plants during the subsequent year(s) of plant 38 establishment will be paid under the plant establishment item. 39 40 8-02.3(14) Plant Replacement 41 The Contractor shall be responsible for growing or arrange to provide sufficient 42 plants for replacement of all plant material rejected through first-year plant 43 establishment. All replacement plant material shall be inspected and accepted by 44 the Engineer prior to installation. All rejected plant material shall be replaced with 45 acceptable plants meeting the specifications and installed according to the 46 requirements of this Section at dates allowed by the Engineer. 47 48 All replacement plants shall be of the same species as the plants they replace and 49 meet the requirements of Section 9-14.8 unless otherwise allowed by the Engineer. 50 Plants may vary in size reflecting one season of growth should the Contractor elect 51 to hold plant material under nursery conditions for an additional year to serve as 52 replacement plants. Replacement plant material larger than specified in the Plans AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 shall meet the applicable section requirements of the ASNS for container class, ball 2 size, spread, and branching characteristics. 3 4 8-02.3(15) Bioengineering 5 Bioengineering consists of using plant materials for the purpose of streambank or 6 earthen slope construction and surface stabilization. This Work may include 7 installing woody plant cuttings in various forms as well as part of streambank or 8 earthen slope construction. 9 10 8-02.3(15)A Fascines 11 Live fascines shall be constructed of live and dead cuttings bundled together 12 with a diameter of 8 to 18 inches. Live cuttings shall be the species shown in 13 the Plans. Dead branches may be cuttings from any woody, non-invasive plant 14 native to the project area. Dead branches may be placed within the live fascine 15 and on the side exposed to the air. Live branches shall be placed in contact 16 with the soil along their entire length. Each live fascine must contain a 17 minimum of eight live branches. Dead branches shall constitute no more than 18 40 percent of the total fascine content. 19 20 The total length of each live fascine shall be a minimum of 5 feet. Branches 21 shall be bundled into log-like forms and bound with biodegradable twine 22 spaced at 1-foot intervals along the entire length of the live fascine. Live 23 fascines shall be installed horizontally in a trench whose depth shall be 1/2 the 24 diameter of the live fascine. Secure the live fascine with live stakes 3 feet in 25 length and 3/ inch in diameter placed at 18-inch intervals. A minimum of three 26 live stakes shall be used per fascine. The live stakes shall be driven through 27 the live fascine vertically into the slope. The ends of live fascines shall be 28 woven together so that no gap remains between the two sections of the 29 live fascine. 30 31 Prior to being covered with soil, the fascine shall be thoroughly watered. Once 32 the fascine is covered with 6 inches of soil, the soil covering the fascine shall 33 be thoroughly watered. 34 35 When used to remedy erosion areas, live fascines shall extend a minimum of 36 two feet beyond the visible area of erosion and soil disturbance. The locations 37 for live fascines and live stake rows shall be identified in the field for review 38 and acceptance by the Engineer. The Engineer may require adjustment of 39 fascine locations prior to installation in order to best accomplish the intended 40 functions. 41 42 Plant replacement during plant establishment for"PSIPE Live Fascine" will be 43 required for any section void of live shoots for a length of 3 feet or more. 44 Replacement shall consist of installing live stakes, spaced 1 foot apart above 45 the fascine within the area void of live shoots. Live stakes shall be of the same 46 species as the live fascine and shall have a minimum length of 3 feet and a 47 minimum diameter of% inch. The requirements of Section 8-02.3(8) apply to 48 PSIPE Live Fascine. 49 50 8-02.3(15)B Brush Mattress 51 Live brush mattress shall be constructed of live branch cuttings, live poles, jute 52 rope and topsoil. The live cuttings and live poles shall be from the plant AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 species designated in the Plans. Live branch cuttings shall be placed with the 2 cut ends oriented down slope as shown in the Plans. Cuttings shall overlap 3 from side to side and from top to bottom as each layer is constructed. The live 4 branches in each succeeding upper layer shall overlap the adjacent lower 5 layer by a minimum of 6 inches. A maximum of 20 percent of the branches 6 may be dead branches, but the live branches shall be distributed evenly to 7 provide even rooting and growth over the entire area of the brush mattress. 8 9 The Contractor shall anchor the live brush mattress to the slope using stakes 10 and jute rope as shown in the Plans. Initially, the stakes shall be installed to 11 protrude above the live brush mattress. The Contractor shall attach the jute 12 rope to the stakes and tighten the rope by tamping the stakes further into the 13 bank, pulling the live brush mattress tight against the soil surface. The 14 Contractor shall cover the live brush mattress with sufficient stockpiled topsoil 15 to ensure good soil contact with the live plant material. 16 17 Plant replacement during plant establishment for"PSIPE Live Brush Mattress" 18 will be required for any section void of live shoots for an area of 25 square feet 19 or more. Replacement shall consist of installing live stakes, spaced 3 feet 20 apart in a triangular pattern within the area void of live shoots. Live stakes 21 shall be of the same species as the live brush mattress and shall have a 22 minimum length of 3 feet and a minimum diameter of 3/ inch. The 23 requirements of Section 8-02.3(8) apply to PSIPE Brush Mattress. 24 25 8-02.3(15)C Brush Layer 26 Brush layers shall be constructed of live branch cuttings, randomly mixed, from 27 the plant species listed under the brush layer heading in the Plans. The 28 number of branches required will vary depending on the average branch 29 diameter and layer thickness. 30 31 Brush layers shall be placed in a trench dug at a 45 degree incline into the 32 slope or stream bank. Two-thirds to three-fourths of the length of the live 33 branches shall be buried. Soil shall be firmly tamped in place. Succeeding 34 layers shall be spaced as detailed in the Plans. Brush layer placed in stream 35 banks shall be angled downstream. 36 37 Brush layers may include plant establishment when designated as PSIPE 38 Brush Layer. Plant replacement for PSIPE Brush Layer will be required for 39 each section void of live shoots for a continuous distance of 3 feet or more. 40 The requirements of Section 8-02.3(8) apply to PSIPE Brush Layer. 41 42 8-02.3(16) Roadside Maintenance Under Construction 43 When the Contract includes the item, Roadside Maintenance Under Construction, 44 this Work includes roadside mowing and ditch maintenance, and noxious weed 45 control outside of planting areas according to Section 8-O2.3(3)C. 46 47 8-02.3(16)A Roadside Mowing 48 The Contractor shall mow designated roadside grass areas to the limits 49 designated by the Engineer. Roadside mowing is limited to slopes not steeper 50 than 3(H)to 1(V). 51 52 The Contractor shall mow according to the following requirements: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 1. Trim around traffic equipment, structures, planting areas, or other 3 features extending above ground preceding or simultaneously with 4 each mowing. 5 6 2. Maintain grass between 4 and 12 inches in height. 7 8 3. Operate mowing equipment with suitable guards to prevent throwing 9 rocks or debris onto the traveled way or off of the Contracting Agency 10 property. Power driven equipment shall not cause ruts, deformation, 11 and compaction of the vegetated soil. 12 13 4. Removing clippings is required on the traveled way, shoulders, 14 walkways, or Structures. 15 16 5. Restore soil rutting to a smooth and even grade at the direction of the 17 Engineer. 'I 8 19 8-02.3(16)B Ditch Maintenance 20 The Contractor shall maintain drainage for the duration of the Contract 21 according to the following requirements: 22 23 1- Maintain flow lines in drainage channels and roadside ditches. 24 25 2. Cutting or trimming vegetation within drainage channels to maintain 26 positive flow. 27 28 3. Remove dirt and debris from inside of culverts or any drainage area 29 where runoff has allowed accumulations and re-seed for erosion 30 control. 31 32 4. Restore channels to previous operational condition. 33 34 8-02.4 Measurement 35 Topsoil, bark or woodchip mulch and soil amendments will be measured by the acre or 36 the square yard along the grade and slope of the area covered immediately after 37 placement. Weed control pre-treatment of topsoil areas, excavation, and stockpiling are 38 included in the bid item "Topsoil Type 39 40 Bark or woodchip mulch rings will be measured per each. 41 42 Compost will be measured by the acre or the square yard along the grade and slope of 43 the area covered immediately after application. 44 45 Seeding, fertilizing, and mulching will be measured by the acre or the square yard by 46 ground slope measurement or through the use of design data. 47 48 Seeding and fertilizing by hand will be measured by the square yard. No adjustment in 49 area size will be made for the vegetation free zone around each plant. 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Seeded lawn, sod installation, and lawn mowing will be measured along the ground 2 slope and computed in square yards of actual lawn completed, established, and 3 accepted. 4 5 Plant selection will be measured per each. 6 7 PSIPE _(Plant Selection Including Plant Establishment) will be measured per each. 8 9 Live Pole will be measured per each. 10 11 Live Stake Row will be measured by the linear foot along the ground slope line. 12 13 The pay quantities for plant materials will be determined by count of the number of 14 satisfactory plants in each category accepted by the Engineer. 15 16 Fascine and PSIPE live fascine will be measured by the linear foot along the ground 17 slope line. 18 19 Brush mattress and PSIPE live brush mattress will be measured by the surface square 20 yard along the ground slope line. 21 22 Brush layer and PSIPE brush layer will be measured by the linear foot along the ground 23 slope line. 24 25 Water will be measured in accordance with Section 2-07.4. Measurement will be made 26 of only that water hauled in tank trucks or similar equipment. 27 28 8-02.5 Payment 29 Payment will be made for each of the following listed Bid items that are included in the 30 Proposal: 31 32 "Project Area Weed and Pest Control" will be paid in accordance with Section 1- 33 09.6. 34 For the purpose of providing a common Proposal for all Bidders, the Contracting 35 Agency entered an amount for"Project Area Weed and Pest Control" in the 36 Proposal to become a part of the total Bid by the Contractor. Payment under this 37 item will be made only when the Work is not already covered by other items. 38 39 "Topsoil Type ", per acre. 40 The unit Contract price per acre for"Topsoil Type " shall be full payment for all 41 costs for the specified Work. 42 43 "Fine Compost", per acre or per square yard. 44 "Medium Compost", per acre or per square yard. 45 "Coarse Compost", per acre or per square yard. 46 The unit Contract price per acre for "Fine Compost", "Medium Compost" or"Coarse 47 Compost" shall be full pay for furnishing and spreading the compost onto the 48 existing soil. 49 50 "Soil Amendment", per acre. 51 The unit Contract price per acre for"Soil Amendment" shall be full pay for 52 furnishing and incorporating the soil amendment into the existing soil. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 "Plant Selection _", per each. 3 The unit Contract price for"Plant Selection _", per each shall be full pay for all 4 Work to perform the work as specified within the planting area prior to planting for 5 weed control, planting area preparation and installation of plants with initial 6 watering. 7 8 As the plants that do not include plant establishment are obtained, propagated, and 9 grown, partial payments will be made as follows: 10 11 Payment of 15 percent of the unit Contract price per each when the plant 12 materials have been contracted, propagated, and are growing under nursery 13 conditions. The Contractor shall provide the Engineer with certification that the 14 plant material has been procured or contracted for delivery to the project for 15 planting within the time limits of the project. The certification shall state the 16 location, quantity, and size of all material. 17 18 Payment will be increased to 100 percent of the unit Contract price per each 19 for contracted plant material at the completion of the initial planting. 20 21 All partial payments shall be limited to the actual number of healthy vigorous 22 plants that meet the stage requirements, limited to plan quantity. Previous 23 partial payments made for materials rejected or missing will be deducted from 24 future payments due the Contractor. 25 26 "PSIPE_", per each. 27 The unit Contract price for"PSIPE ", per each, shall be full pay for all Work 28 necessary to perform as specified within the planting area for weed control and 29 planting area preparation, planting, cleanup, and water necessary to complete 30 planting operations as specified to the end of first year plant establishment. 31 32 As the plants that include plant establishment are obtained, propagated, and 33 grown, partial payments will be made as follows after inspection by the Engineer: 34 35 Payment of 5 percent of the unit Contract price, per each, when the plant 36 materials have been contracted, propagated, and are growing under nursery 37 conditions. The Contractor shall provide the Engineer with certification that the 38 plant material has been procured or contracted for delivery to the project for 39 planting within the time limits of the project. The certification shall state the 40 location, quantity, and size of all material. 41 42 Payment will be increased to 15 percent of the unit Contract price, per each, 43 upon completion of the initial weed control and planting area preparation Work. 44 45 Payment will be increased to 60 percent of the unit Contract price per each for 46 the contracted plant material in a designated unit area when planted. 47 48 Payment will be increased to 70 percent of the unit Contract price per each for 49 contracted plant material at the completion of the initial planting. 50 51 Payment will be increased to the appropriate percentage upon reaching the 52 following plant establishment milestones: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 June 30th 80 percent 3 4 September 30th 90 percent 5 6 Completion of first-year plant establishment or after all 100 percent 7 replacement plants have been installed, whichever is 8 later. 9 10 Plant establishment milestones are achieved when planting areas meet 11 conditions described in Section 8-02.3(13). 12 13 "Seeding, Fertilizing and Mulching", per acre. 14 15 "Seeding and Fertilizing", per acre or per square yard. 16 17 "Seeding and Fertilizing by Hand", per square yard. 18 19 "Second Application of Fertilizer", per acre. 20 21 "Seeding and Mulching", per acre. 22 23 "Seeded Lawn Installation", per square yard. 24 "Sod Installation", per square yard. 25 "Lawn Mowing", per square yard. 26 The unit Contract price per square yard for"Seeded Lawn Installation" or"Sod 27 Installation" shall be full pay for all costs necessary to prepare the area, plant or 28 sod the lawn, erect barriers, control weeds, and establish lawn areas and for 29 furnishing all labor, tools, equipment, and materials necessary to complete the 30 Work as specified and shall be paid in the following sequence for healthy, vigorous 31 lawn: 32 33 Completion of Lawn Planting 60 percent of individual areas 34 35 Mid Lawn Establishment (after two mowings) 85 percent of individual areas 36 37 Completion of Lawn Establishment 100 percent of individual areas 38 (after four mowings) 39 40 "Plant Establishment Year " will be paid in accordance with Section 1-09.6. 41 For the purpose of providing a common Proposal for all Bidders, the Contracting 42 Agency entered an amount for"Plant Establishment- Year" in the Proposal to 43 become a part of the total Bid by the Contractor. 44 45 "Live Pole", per each. 46 47 "Live Stake Row", per linear foot. 48 49 "Bark or Wood Chip Mulch", per acre. 50 51 "Bark or Wood Chip Mulch Rings", per each. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 The unit Contract price per acre for"Bark or Wood Chip Mulch" shall be full pay for 2 furnishing and spreading the mulch onto the existing soil. 3 4 "Fascine" and "PSIPE Live Fascine", per linear foot. 5 "Brush Mattress" and "PSIPE Live Brush Mattress", per square yard. 6 "Brush Layer" and "PSIPE Brush Layer", per linear foot. 7 When PSIPE is included with Fascine, Brush Mattress, or Brush Layer, the 8 payment schedule for PSIPE will apply. 9 10 "Roadside Maintenance under Construction" will be paid in accordance with 11 Section 1-09.6. 12 For the purpose of providing a common Proposal for all Bidders, the Contracting 13 Agency has entered an amount for"Roadside Maintenance Under Construction" in 14 the Proposal to become a part of the total Bid by the Contractor. 15 16 "Water", per M Gal. 17 18 19 8-04.AP8 20 Section 8-04, Curbs, Gutters, and Spillways 21 April 2, 2018 22 8-04.2 Materials 23 In the first paragraph, the reference to "Portland Cement" is revised to read: 24 25 Cement 9-01 26 27 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 28 The first paragraph is supplemented with the following: 29 30 Roundabout truck apron cement concrete curb and gutter shall be constructed with air 31 entrained concrete Class 4000 conforming to the requirements of Section 6-02. 32 33 8-06.AP8 34 Section 8-06, Cement Concrete Driveway Entrances 35 April 2, 2018 36 8-06.2 Materials 37 In the first paragraph, the reference to "Portland Cement" is revised to read: 38 39 Cement 9-01 40 41 8-06.3 Construction Requirements 42 The first paragraph is revised to read: 43 44 Cement concrete driveway approaches shall be constructed with air entrained concrete 45 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement or 46 Blended Hydraulic Cement Concrete Pavement conforming to the requirements of 47 Section 5-05. 48 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 8-07.AP8 2 Section 8-07, Precast Traffic Curb 3 April 2, 2018 4 8-07.3(1) Installing Curbs 5 The first sentence of the first paragraph is revised to read: 6 7 The curb shall be firmly bedded for its entire length and breadth on a mortar bed 8 conforming to Section 9-20.4(3) composed of one part Portland cement or blended 9 hydraulic cement and two parts sand. 10 11 The fourth paragraph is revised to read: 12 13 All joints between adjacent pieces of curb except joints for expansion and/or drainage 14 as designated by the Engineer shall be filled with mortar composed of one part Portland 15 cement or blended hydraulic cement and two parts sand. 16 17 8-09.AP8 18 Section 8-09, Raised Pavement Markers 19 April 1, 2019 20 8-09.5 Payment 21 The last paragraph is revised to read: 22 23 The unit Contract price per hundred for"Raised Pavement Marker Type 1", "Raised 24 Pavement Marker Type 2", "Raised Pavement Marker Type 3 In.", and 25 "Recessed Pavement Marker" shall be full pay for furnishing and installing the markers 26 in accordance with these Specifications. 27 28 8-11.AP8 29 Section 8-11, Guardrail 30 April 1, 2019 31 8-11.3(1)A Erection of Posts 32 The first sentence of the first paragraph is revised to read- 33 34 Posts shall be set to the true line and grade of the Highway after the grade is in place 35 and compaction is completed. 36 37 8-11.3(1)C Terminal and Anchor Installation 38 The first paragraph is revised to read: 39 40 All excavation and backfilling required for installation of anchors shall be performed in 41 accordance with Section 2-09, except that the costs thereof shall be included in the unit 42 Contract price for the anchor installed. 43 44 The first sentence of the second to last paragraph is revised to read: 45 46 Assembly and installation of Beam Guardrail Non-flared Terminals for Type 31 guardrail 47 shall be supervised at all times by a manufacturer's representative, or an installer who 48 has been trained and certified by the manufacturer. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 The last paragraph is revised to read: 3 4 Beam Guardrail Non-flared Terminals for Type 31 guardrail shall meet the crash test 5 and evaluation criteria in the Manual for Assessing Safety Hardware (MASH). 6 7 8-11.4 Measurement 8 The third paragraph is revised to read: 9 10 Measurement of beam guardrail terminal will be per each for the 11 completed terminal. '12 13 The fourth paragraph is revised to read: 14 15 Measurement of beam guardrail Type 31 buried terminal Type 2 will be per linear foot 16 for the completed terminal. 17 18 The sixth paragraph is revised to read: 19 20 Measurement of beam guardrail anchor Type 10 will be per each for the completed 21 anchor, including the attachment of the anchor to the guardrail. 22 23 8-11.5 Payment 24 The Bid item "Beam Guardrail Anchor Type _", per each is revised to read "Beam 25 Guardrail Anchor Type 10", per each. 26 27 The Bid item "Beam Guardrail Buried Terminal Type 1", per each is deleted from this 28 section. 29 30 The Bid item "Beam Guardrail Buried Terminal Type 2", per linear foot and the following 31 paragraph are revised to read: 32 33 "Beam Guardrail Type 31 Buried Terminal Type 2", per linear foot. 34 35 The unit Contract price per linear foot for"Beam Guardrail Type 31 Buried Terminal 36 Type 2" shall be full payment for all costs to obtain and provide materials and perform 37 the Work as described in Section 8-11.3(1)C. 38 39 8-14.AP8 40 Section 8-14, Cement Concrete Sidewalks 41 April 2, 2018 42 8-14.2 Materials 43 In the first paragraph, the reference to "Portland Cement" is revised to read: 44 45 Cement 9-01 46 47 In the second paragraph, each reference to "Federal Standard 595" is revised to read "SAE 48 AMS Standard 595". 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 8-16.AP8 2 Section 8-16, Concrete Slope Protection 3 April 2, 2018 4 8-16.2 Materials 5 In the first paragraph, the last two material references are revised to read: 6 7 Poured Portland Cement or Blended Hydraulic Cement 8 Concrete Slope Protection 9-13.5(2) 9 Pneumatically Placed Portland Cement or Blended 10 Hydraulic Cement Concrete Slope Protection 9-13.5(3) 11 12 8-17.AP8 13 Section 8-17, Impact Attenuator Systems 14 January 7, 2019 15 8-17.3 Construction Requirements 16 This section is supplemented with the following: 17 18 Permanent impact attenuators shall meet the crash test and evaluation criteria of the 19 Manual for Assessing Safety Hardware (MASH), except as otherwise noted in the Plans 20 or Special Provisions. 21 22 8-20.AP8 23 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation 24 Systems, and Electrical 25 August 6, 2018 26 8-20.1(1) Regulations and Code 27 The last paragraph is revised to read: 28 29 Persons performing electrical Work shall be certified in accordance with and supervised 30 as required by RCW 19.28.161. Proof of certification shall be worn at all times in 31 accordance with WAC 296-46B-942. Persons failing to meet these certification 32 requirements may not perform any electrical work, and shall stop any active electrical 33 work, until their certification is provided and worn in accordance with this Section. 34 35 8-20.2(2) Equipment List and Drawings 36 This section is renumbered: 37 38 8-20.2(1) Equipment List and Drawings 39 40 8-20.3(4) Foundations 41 The second sentence of the first paragraph is revised to read: 42 43 Concrete for Type II, III, IV, V, and CCTV signal standards and light standard 44 foundations shall be Class 4000P and does not require air entrainment. 45 46 8-20.3(5)A General 47 The last two sentences of the last paragraph is deleted. 48 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 This section is supplemented with the following: 2 3 All conduits shall include a pull tape with the equipment grounding conductor. The pull 4 tape shall be attached to the conduit near the end bell or grounded end bushing, or to 5 duct plugs or caps if present, at both ends of the conduit. 6 7 8-20.3(8) Wiring 8 The seventeenth paragraph is supplemented with the following: 9 10 Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be 11 used. 12 13 8-20.3(14)C Induction Loop Vehicle Detectors 14 Item number 2 is deleted. 15 16 Item numbers 3 through 12 are renumbered to 2 through 11, respectively. 17 18 8-21.AP8 19 Section 8-21, Permanent Signing 20 January 7 2019 21 8-21.3(5) Sign Relocation 22 The second sentence of the first paragraph is revised to read: 23 24 Where the existing sign Structure is mounted on concrete pedestals, the Contractor 25 shall remove the pedestal to a minimum of 2 feet below finished grade and backfill the 26 remaining hole with material similar to that surrounding the hole. 27 28 8-21.3(9)F Foundations 29 Item number 3 of the twelfth paragraph is supplemented with the following new sentence: 30 31 Class 4000P concrete for roadside sign structures does not require air entrainment. 32 33 8-22.AP8 34 Section 8-22, Pavement Marking 35 January 7, 2019 36 8-22.3(2) Preparation of Roadway Surfaces 37 The second paragraph is revised to read: 38 39 Remove all other contaminants from pavement surfaces that may adversely affect the 40 installation of new pavement marking. 41 42 8-22.3(3)F Application Thickness 43 The second to last sentence of the last paragraph is revised to read: 44 45 After grinding, clean the groove. 46 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 9-OO.AP9 2 Section 9-00, Definitions and Tests 3 January 7, 2019 4 9-00.4 Sieves for Testing Purposes 5 This section is revised to read: 6 7 Test sieves shall be made of either: (1)woven wire cloth conforming to ASTM E11, or 8 (2) square-hole, perforated plates conforming to ASTM E323. 9 10 9-00.7 Galvanized Hardware, AASHTO M 232 11 The first sentence is revised to read: 12 13 An acceptable alternate to hot-dip galvanizing in accordance with AASHTO M 232 will 14 be zinc coatings mechanically deposited in accordance with ASTM B695, providing the 15 minimum thickness of zinc coating is not less than that specified in AASHTO M 232, 16 and the process will not produce hydrogen embrittlement in the base metal. 17 18 9-02.AP9 19 Section 9-02, Bituminous Materials 20 January 7, 2019 21 9-02.1 Asphalt Material, General 22 The second paragraph is revised to read: 23 24 The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified 25 asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 26 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and 27 Emulsified Asphalts". The Asphalt Supplier's QCP shall be submitted and receive the 28 acceptance of the WSDOT State Materials Laboratory. Once accepted, any change to 29 the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier 30 of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that 31 the PG asphalt binder or emulsified asphalt meets the Specification requirements of the 32 Contract. 33 34 9-02.1(4) Performance Graded Asphalt Binder(PGAB) 35 This section's title is revised to read: 36 37 Performance Graded (PG)Asphalt Binder 38 39 The first paragraph is revised to read: 40 41 PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades 42 specified in the Contract shall be used in the production of HMA. For HMA with greater 43 than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt 44 binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the 45 proportions of the mix design shall meet the PG asphalt binder requirements of 46 AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract. 47 48 The second paragraph, including the table, is revised to read: 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders 2 shall meet the following requirements: 3 Additional Requirements by Performance GradG A e Psphalt Binders Test PG58S- PG58H- PG58V- PG64H- PG64V- Property Method 22 22 22 PG64S-28 28 28 RTFO Residue: Average AASHTO Percent T 3501 30% Min. 20% Min. 25% Min. 30% Min. Recovery @ 3.2 kPa 'Specimen conditioned in accordance with AASHTO T 240-RTFO. 4 5 The third paragraph is revised to read: 6 7 The RTFO Jnrdiff and the PAV direct tension specifications of AASHTO M 332 are not 8 required. 9 10 11 9-02.1(6) Cationic Emulsified Asphalt 12 This section is revised to read: 13 14 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the 15 grades specified in the Contract shall be used. 16 17 9-02.5 Warm Mix Asphalt (WMA) Additive 18 This section, including title, is revised to read: 19 20 9-02.5 HMA Additive 21 Additives for HMA shall be accepted by the Engineer. 22 23 9-03.AP9 24 Section 9-03, Aggregates 25 January 7, 2019 26 9-03.1 Aggregates for Portland Cement Concrete 27 This section's title is revised to read: 28 29 Aggregates for Concrete 30 31 9-03.1(1) General Requirements 32 The first two sentences of the first paragraph are revised to read: 33 34 Concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel 35 in accordance with the provisions of Section 3-01. Reclaimed aggregate may be used if 36 it complies with the specifications for concrete. 37 38 The second paragraph (up until the colon) is revised to read: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 Aggregates for concrete shall meet the following test requirements: 3 4 The second sentence of the second to last paragraph is revised to read: 5 6 The Contractor shall submit test results according to ASTM C1567 through the Engineer 7 to the State Materials Laboratory that demonstrate that the proposed fly ash when used 8 with the proposed aggregates and cement will control the potential expansion to 0.20 9 percent or less before the fly ash and aggregate sources may be used in concrete. 10 11 9-03.1(2) Fine Aggregate for Portland Cement Concrete 12 This section's title is revised to read: 13 14 Fine Aggregate for Concrete 15 16 9-03.1(4) Coarse Aggregate for Portland Cement Concrete 17 This section's title is revised to read: 18 19 Coarse Aggregate for Concrete 20 21 9-03.1(4)C Grading 22 The first paragraph (up until the colon) is revised to read: 23 24 Coarse aggregate for concrete when separated by means of laboratory sieves shall 25 conform to one or more of the following gradings as called for elsewhere in these 26 Specifications, Special Provisions, or in the Plans: 27 28 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 29 This section's title is revised to read: 30 31 Combined Aggregate Gradation for Concrete 32 33 9-03.1(5)B Grading 34 In the last paragraph, "WSDOT FOP for WAQTC/AASHTO T 27/T 11" is revised to read 35 "FOP for WAQTC/AASHTO T 27/T 11". 36 37 9-03.2 Aggregate for Job-Mixed Portland Cement Mortar 38 This section's title is revised to read: 39 40 Aggregate for Job-Mixed Portland Cement or Blended Hydraulic Cement Mortar 41 42 The first sentence of the first paragraph is revised to read: 43 44 Fine aggregate for portland cement or blended hydraulic cement mortar shall consist of 45 sand or other inert materials, or combinations thereof, accepted by the Engineer, having 46 hard, strong, durable particles free from adherent coating. 47 48 9-03.4(1) General Requirements 49 The first paragraph (up until the colon) is revised to read: 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Aggregate for bituminous surface treatment shall be manufactured from ledge rock, 2 talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface 3 Treatment shall meet the following test requirements: 4 5 9-03.8(1) General Requirements 6 The first paragraph (up until the colon) is revised to read: 7 8 Aggregates for Hot Mix Asphalt shall meet the following test requirements 9 10 9-03.8(2) HMA Test Requirements 11 The two tables in the second paragraph are replaced with the following three tables: 12 _ HMA Class Mix Criteria 3/e inch '/2 inch 3/a inch 1 inch Min. Max. Min. Max. Min. Max. Min. Max. Voids in Mineral 15.0 14.0 13.0 12.0 Aggregate(VMA), % Voids Filled With Asphalt M, ESAUs(millions) VFA <0.3 70 8070 80 70 80 67 80 0.3 to_<3 65 78 65 78 65 78 65 78 >>_3 73 76 65 75 65 75 65 75 Dust/Asphalt Ratio 0.6 1.6 0.6 1.6 0.6 1.6 0.6 1.6 13 Test Method ESAL's (millions) Number of Passes Hamburg Wheel-Track Testing, FOP for <0.3 10,000 AASHTO T 324 Minimum Number of - Passes with no Stripping Inflection Point 0.3 to<3 12,500 and Maximum Rut Depth of 10mm 3 15,000 Indirect Tensile(IDT) Strength(psi)of Bituminous Materials FOP for ASTM D6931 175 Maximum 14 - _ ESAL's(millions) N initial N design N maximum <0.3 :591.5 96.0 j :598.0 %Gmm 0.3 to<3 s90.5 96.0 :598.0 >_3 <-89.0 96.0 <-98.0 Gyratory Compaction <0.3 6 50 75 (number of gyrations) 0.3 to<3 7 75 115 _ >3 8 100 160 15 16 9-03.8(7) HMA Tolerances and Adjustments 17 In the table in item number 1, the fifth row is revised to read: 18 Asphalt binder -0.4% to 0.5% ±0.7% 19 20 In the table in item number 1, the following new row is inserted before the last row: 21 Voids in Mineral -1.0% Aggregate, VMA 22 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 9-03.9(1) Ballast 2 The second paragraph (up until the colon) is revised to read. 3 4 Aggregates for ballast shall meet the following test requirements: 5 6 9-03.14(4) Gravel Borrow for Structural Earth Wall 7 The second sentence of the first paragraph is revised to read: 8 9 The material shall be substantially free of shale or other soft, poor durability particles, 10 and shall not contain recycled materials, such as glass, shredded tires, concrete rubble, 11 or asphaltic concrete rubble. 12 13 9-03.21(1)B Recycled Concrete Aggregate Approval and Acceptance 14 The first sentence of the second paragraph is revised to read: 15 16 Recycled concrete aggregate may be used as coarse aggregate or blended with coarse 17 aggregate for Commercial Concrete, Class 3000 concrete, or Cement Concrete 18 Pavement. 19 20 Item number 4 of the second paragraph is revised to read: 21 22 4. For Cement Concrete Pavement mix designs using recycled concrete aggregates, 23 the Contractor shall submit evidence that ASR mitigating measures control 24 expansion in accordance with Section 9-03.1(1). 25 26 This section is supplemented with the following new subsection: 27 28 9-03.21(1)B1 Recycled Concrete Aggregate Approval and Acceptance 29 Recycled concrete aggregate may be approved through a three tiered system that 30 consists of the following: 31 Tier 1 Approval Requirements Approval of the Reclamation Facility is not required. Acceptance Requirements Certification of toxicity characteristics in accordance with Section 9-03.21(1). Field acceptance testing in accordance with Section 3- 04. Approved to provide the following Aggregate Materials: 9-03.10 Aggregate for Gravel Base 9-03.12(1)B Gravel Backfill for Foundations Class B 9-03.12(2) Gravel Backfill for Walls 9-03.12(3) Gravel Backfill for Pipe Zone Bedding 9-03.14(1) Gravel Borrow 9-03.14(2) Select Borrow 9-03.14(2) Select Borrow(greater than 3 feet below subgrade and side slope) 9-03.14(3) Common Borrow 9-03.14(3) Common Borrow(greater than 3 feet below subgrade and side slope) 9-03.17 Foundation Material Class A and Class B 9-03.18 Foundation Material Class C 9-03.19 Bank Run Gravel for Trench Backfill 32 Tier 2 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Approval Requirements The Reclamation Facility shall have a Quality Control Plan(QCP) in accordance with WSDOT QC 9"Standard Practice for Approval of Reclamation Facilities of WSDOT Recycled Concrete and Returned Concrete". The Reclamation Facility's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Once accepted, any changes to the QCP will require a new QCP to be submitted for acceptance. Evaluation of aggregate source properties(LA Wear and Degradation)for the recycled concrete aggregate is not required. Acceptance Requirements Certification of toxicity characteristics in accordance with Section 9-03.21(1), required if requested. Field acceptance testing in accordance with Section 3-04 is required. Provide certification in accordance with WSDOT QC 9 for every lot. A lot shall be no larger than 10,000 tons. Approved to provide the following Aggregate Materials: Tier 1 aggregate materials 9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000 9-03.9(1) Ballast 9-03.9(2) Permeable Ballast 9-03.9(3) Crushed Surfacing 9-03.12(1)A Gravel Backfill for Foundations Class A 1 _ Tier 3 Approval Requirements The Reclamation Facility shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 10 "Standard Practice for Approval of Reclamation Facilities of Recycled Concrete Aggregates from Stockpiles of Unknown Sources". The Reclamation Facility's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Once accepted, any changes to the QCP will require a new QCP to be submitted for acceptance. Evaluation of aggregate source properties(LA Wear and Degradation)for the recycled concrete aggregate is required. Acceptance Requirements Certification of toxicity characteristics in accordance with Section 9-03.21(1) is required. Field acceptance testing in accordance with Section 3-04 is required. Provide certification in accordance with WSDOT QC 10 for every lot. A lot shall be no larger than 10,000 tons Approved to provide the following Aggregate Materials: Tier 1 aggregate materials 9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000 9-03.9(1) Ballast 9-03.9(2) Permeable Ballast 9-03.9(3) Crushed Surfacing 9-03.12(1)A Gravel Backfill for Foundations Class A 2 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 For Reclamation Facilities that do not participate in Tier 2 and Tier 3, approval of 2 recycled concrete aggregate will be in accordance with Section 9-03.21(1), and 3 acceptance will be in accordance with Section 3-04. 4 5 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled 6 Material 7 "Portland Cement" is deleted from the first two rows in the table. 8 9 The following new row is inserted after the second row: 10 Coarse Aggregate for Concrete Pavement 9-03.1(4) 0 100 0 0 11 12 The first column of the fourth row (after the preceding Amendment is applied) is revised to 13 read: 14 15 Coarse Aggregate for Commercial Concrete and Class 3000 Concrete 16 17 9-04.AP9 18 Section 9-04, Joint and Crack Sealing Materials 19 January 7, 2019 20 This section's title is revised to read: 21 22 Joint Sealing Materials 23 24 9-04.1(2) Premolded Joint Filler for Expansion Joints 25 In this section, each reference to "AASHTO T 42" is revised to read "ASTM D 545".. 26 27 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement 28 This section is supplemented with the following: 29 30 Hot poured sealant for cement concrete pavement is acceptable for installations in joints 31 where cement concrete pavement abuts a bituminous pavement. 32 33 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 34 This section is supplemented with the following: 35 36 Hot poured sealant for bituminous pavement is acceptable for installations in joints 37 where cement concrete pavement abuts a bituminous pavement. 38 39 9-04.2(1)B Sand Slurry for Bituminous Pavement 40 Item number 2 of the first paragraph is revised to read: 41 42 2. Two percent portland cement or blended hydraulic cement, and 43 44 9-04.3 Joint Mortar 45 The first paragraph is revised to read: 46 47 Mortar for hand mortared joints shall conform to Section 9-20.4(3) and consist of one 48 part portland cement or blended hydraulic cement, three parts fine sand, and sufficient 49 water to allow proper workability. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 9-04.5 Flexible Plastic Gaskets 3 In the table, the Test Method value for Specific Gravity at 77°F is revised to read "ASTM 4 D71". 5 6 In the table, the Test Method value for Flash Point COC, F is revised to read "ASTM D93 7 REV A". 8 9 In the table, the Test Method value for Volatile Matter is revised to read "ASTM D6". 10 11 9-05.AP9 12 Section 9-05, Drainage Structures and Culverts 13 January 7, 2019 14 9-05.3(1)A End Design and Joints 15 The second sentence of the first paragraph is revised to read: 16 17 The joints and gasket material shall meet the requirements of ASTM C990- 18 19 9-05.3(1)C Age at Shipment 20 The last sentence of the first paragraph is revised to read: 21 22 Unless it is tested and accepted at an earlier age, it shall not be considered ready for 23 shipment sooner than 28 days after manufacture when made with Type II portland 24 cement or blended hydraulic cement, nor sooner than 7 days when made with Type III 25 portland cement. 26 27 9-05.7(3) Concrete Storm Sewer Pipe Joints 28 The second sentence is revised to read: 29 30 The joints and gasket material shall meet the requirements of ASTM C990. 31 32 9-05.7(4)A Hydrostatic Pressure on Pipes in Straight Alignment 33 The first sentence is revised to read: 34 35 Hydrostatic pressure tests on pipes in straight alignment shall be made in accordance 36 with the procedure outlined in Section 10 of ASTM C990, except that they shall be 37 performed on an assembly consisting of not less than three nor more than five pipe 38 sections selected from stock by the Engineer and assembled in accordance with 39 standard installation instructions issued by the manufacturer. 40 41 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe 42 This section is revised to read: 43 44 Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 45 46 1. For dual wall pipe sizes up to 60 inches: ASTM F2881 or AASHTO M 330, 47 Type S or Type D. 48 49 2. For double or triple wall pipe sizes up to 60 inches: ASTM F2764. 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 3. Fittings shall be factory welded, injection molded, or PVC. 2 3 9-05.24(2) Polypropylene Sanitary Sewer Pipe 4 This section is revised to read: 5 6 Polypropylene sanitary sewer pipe shall conform to the following requirements: 7 8 1. For pipe sizes up to 60 inches: ASTM F2764. 9 10 2. Fittings shall be factory welded, injection molded, or PVC. 11 12 9-06.AP9 13 Section 9-06, Structural Steel and Related Materials 14 January 7, 2019 15 9-06.5 Bolts 16 This section's title is revised to read: 17 18 Bolts and Rods 19 20 9-06.5(4) Anchor Bolts 21 This section, including title, is revised to read: 22 23 9-06.5(4) Anchor Bolts and Anchor Rods 24 Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless 25 otherwise specified, shall be Grade 105 and shall conform to Supplemental 26 Requirements S2, S3, and S4. 27 28 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to 29 ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts 30 and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292, 31 Grade 21-1, and shall conform to the overtapping, lubrication, and rotational testing 32 requirements in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or 33 galvanized anchor bolts and anchor rods shall conform to ASTM A563, Grade A or DH. 34 Washers shall conform to ASTM F436. 35 36 The bolts and rods shall be tested by the manufacturer in accordance with the 37 requirements of the pertinent Specification and as specified in these Specifications. 38 Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the 39 project site. The Contractor shall submit to the Engineer for acceptance a 40 Manufacturer's Certificate of Compliance for the anchor bolts, anchor rods, nuts, and 41 washers, as defined in Section 1-06.3. If the Engineer deems it appropriate, the 42 Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for 43 testing. 44 45 All bolts, rods, nuts, and washers shall be marked and identified as required in the 46 pertinent Specification. 47 48 9-06.15 Welded Shear Connectors 49 The third paragraph is revised to read: 50 51 Mechanical properties shall be determined in accordance with AASHTO T 244. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 613119 1 2 9-06.17 Vacant 3 This section, including title, is revised to read: 4 5 9-06.17 Noise Barrier Wall Access Door 6 Access door frames shall be formed of 14-gauge steel to the size and dimensions 7 shown in the Plans. The access door frame head and jamb members shall be mitered, 8 securely welded, and ground smooth. Each head shall have two anchors and each jamb 9 shall have three anchors. The hinges shall be reinforced with '/-inch by 12-inch plate, 10 width equal to the full inside width of the frame. 11 12 Access doors shall be full flush 1 3/-inch thick seamless doors with a polystyrene core. 13 Door faces shall be constructed with smooth seamless 14-gauge roller-levered, cold- 14 rolled steel sheet conforming to ASTM A 792 Type SS, Grade 33 minimum, Coating 15 Designation AZ55 minimum. The vertical edges shall be neat interlocked hemmed edge 16 seam. The top and bottom of the door shall be enclosed with 14-gauge channels. 17 Mortise and reinforcement for locks and hinges shall be 10-gauge steel. Welded top cap 18 shall be ground and filled for exterior applications. The bottom channel shall have weep 19 holes. 20 21 Each access door shall have three hinges. Access door hinges shall be ASTM A 276 22 Type 316 stainless steel, 4'/2-inches square, with stainless steel ball bearing and non- 23 removable pins. 24 25 Each access door shall have two pull plates. The pull plates shall be ASTM A 240 Type 26 316 stainless steel, with a grip handle of one-inch diameter and 8 to 10-inches in length. 27 28 The door assembly shall be fabricated and assembled as a complete unit including all 29 hardware specified prior to shipment. 30 31 9-08.AP9 32 Section 9-08, Paints and Related Materials 33 January 7, 2019 34 9-08.1(1) Description 35 The first sentence is revised to read; 36 37 Paint used for highway and bridge structure applications shall be made from materials 38 meeting the requirements of the applicable Federal and State Paint Specifications, 39 Department of Defense (DOD), American Society of Testing of Materials (ASTM), and 40 The Society for Protective Coatings (SSPC) specifications in effect at time of 41 manufacture. 42 43 9-08.1(2) Paint Types 44 This section is supplemented with the following new subsections: 45 46 9-08.1(2)M NEPCOAT Qualified Products List A 47 Qualified products used shall be part of a NEPCOAT system supplied by the same 48 manufacturer. 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 9-08.1(2)N NEPCOAT Qualified Products List B 2 Qualified products used shall be part of a NEPCOAT system supplied by the same 3 manufacturer. 4 5 9-08.1(2)D Organic Zinc-Rich Primer 6 This section, including title, is revised to read: 7 8 Vacant 9 10 9-08.1(2)E Epoxy Polyamide 11 This section is revised to read: 12 13 Epoxy polyamide shall be a two-component system conforming to MIL-DTL-24441 or 14 SSPC Coating Standard No. 42. 15 16 9-08.1(2)H Top Coat, Single-Component, Moisture-Cured Polyurethane 17 This section is revised to read: 18 19 Vehicle Type: Moisture-cured aliphatic polyurethane. 20 21 Color and Gloss: Meet the SAE AMS Standard 595 Color as specified in the table 22 below. 23 24 The Top Coat shall meet the following requirements: 25 26 The resin shall be an aliphatic urethane. 27 28 Minimum-volume solids 50 percent. 29 30 The top coat shall be semi-gloss. 31 _Color Semi-Gloss Washington Gray 26357 Mt. Baker Gray 26134 _ Mt. St. Helens Gray 26306 Cascade Green 24158 32 33 9-08.1(2)1 Rust-Penetrating Sealer 34 This section is revised to read: 35 36 Rust-penetrating sealer shall be a two-component, chemically-cured, 100 percent solids 37 epoxy. 38 39 9-08.1(2)J Black Enamel 40 This section is revised to read: 41 42 The enamel shall conform to Federal Specification MIL PRF 24635E Type II Class 2- 43 44 9-08.1(2)K Orange Equipment Enamel 45 The first paragraph is revised to read: 46 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 The enamel shall be an alkyd gloss enamel conforming to Federal Specification MIL- 2 PRF-24635E Type II Class 1. The color, when dry, shall match that of SAE AMS 3 Standard 595, color number 12246. 4 5 9-08.1(2)L Exterior Acrylic Latex Paint-White 6 The first paragraph is revised to read: 7 8 This paint shall conform to Federal Specification MIL-PRF-24635E Type II Class 1, 2 or 9 3. 10 11 9-08.1(7) Acceptance 12 This section is revised to read: 13 14 For projects with moisture-cured polyurethane quantities less than 20 gallons, 15 acceptance will be by the Manufacturer's Certificate of Compliance. 16 17 For projects with moisture-cured polyurethane quantities greater than 20 gallons, the 18 product shall be listed in the current WSDOT Qualified Products List(QPL). If the lot 19 number is listed on the QPL, it may be accepted without additional testing. If the lot 20 number is not listed on the QPL, a 1 quart sample shall be submitted to the State 21 Materials Laboratory for testing and acceptance. 22 23 For all other paint types, acceptance will be based on visual inspection. 24 25 9-08.1(8) Standard Colors 26 In the first paragraph, the reference to "Federal Standard 595" is revised to read "SAE AMS 27 Standard 595". 28 29 The second paragraph is revised to read: 30 31 Unless otherwise specified, all top or finish coats shall be semi-gloss, with the paint 32 falling within the range of 35 to 70 on the 60-degree gloss meter. 33 34 9-08.2 Powder Coating Materials for Coating Galvanized Surfaces 35 The last paragraph is revised to read: 36 37 Repair materials shall be as recommended by the powder coating manufacturer and as 38 specified in the Contractor's powder coating plan as accepted by the Engineer. 39 40 9-08.3 Pigmented Sealer Materials for Coating of Concrete Surfaces 41 This section, including title, is revised to read: 42 43 9-08.3 Concrete Surface Treatments 44 9-08.3(1) Pigmented Sealer Materials 45 The pigmented sealer shall be a semi-opaque, colored toner containing only methyl 46 methacrylate-ethyl acrylate copolymer resins, toning pigments suspended in 47 solution at all times by a chemical suspension agent, and solvent. Toning pigments 48 shall be laminar silicates, titanium dioxide, and inorganic oxides only. There shall 49 be no settling or color variation. Tinting shall occur at the factory at the time of 50 manufacture and placement in containers, prior to initial shipment. Use of vegetable 51 or marine oils, paraffin materials, stearates, or organic pigments in any part of 52 coating formulation will not be permitted. The color of pigmented sealer shall be as AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 specified by the Contracting Agency. The Contractor shall submit a 1-quart wet 2 sample, a drawdown color sample, and spectrophotometer or colorimeter readings 3 taken in accordance with ASTM D2244, for each batch and corresponding 4 standard color card. The calculated Delta E shall not exceed 1.5 from the 5 Commission Internationale de I'Eclairage (CIELAB)when measured at 10 degrees 6 Standard Observer and Illuminant D 65. 7 8 The 1-quart wet sample shall be submitted in the manufacturer's labeled container 9 with product number, batch number, and size of batch. The companion drawdown 10 color sample shall be labeled with the product number, batch number, and size of 11 batch. The Contractor shall submit the specified samples and readings to the 12 Engineer at least 14 calendar days prior to the scheduled application of the sealer. 13 The Contractor shall not begin applying pigmented sealer until receiving the 14 Engineer's written approval of the pigmented sealer color samples. 15 16 9-08.3(2) Exposed Aggregate Concrete Coatings and Sealers 17 9-08.3(2)A Retardant Coating 18 Retardant coating shall exhibit the following properties: 19 20 1. Retards the set of the surface mortar of the concrete without 21 preventing the concrete to reach the specified 28 day compressive 22 strength. 23 24 2. Leaves the aggregate with its original color and luster, and firmly 25 embedded in the concrete matrix. 26 27 3. Allows the removal of the surface mortar in accordance with the 28 methods specified in Section 6-02.3(14)E without the use of acidic 29 washing compounds. 30 31 4. Allows for uniform removal of the surface mortar. 32 33 If the Contractor proposes use of a retardant coating that is not listed in the 34 current WSDOT QPL, the Contractor shall submit a Type 2 Working Drawing 35 consisting of a one quart product sample from a current lot along with 36 supporting product information, Safety Data Sheet, and a Manufacturer's 37 Certificate of Compliance stating that the product conforms to the above 38 performance requirements. 39 40 9-08.3(2)B Clear Sealer 41 The sealer for concrete surfaces with exposed aggregate finish shall be a 42 clear, non-gloss, penetrating sealer of either a silane, siloxane, or silicone 43 based formulation. 44 45 9-08.3(3) Permeon Treatment 46 Permeon treatment shall be a product of known consistent performance in 47 producing the SAE AMS Standard 595 Color No. 30219 target color hue 48 established by WSDOT, either selected from the WSDOT Qualified Products List 49 (QPL), or an equivalent product accepted by the Engineer. For acceptance of 50 products not listed in the current WSDOT QPL, the Contractor shall submit Type 3 51 Working Drawings consisting of a one quart product sample from a current lot, 52 supporting product information and a Safety Data Sheet. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 9-13.AP9 3 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion 4 and Scour Protection and Rock Walls 5 April 2, 2018 6 9-13.1(1) General 7 The last paragraph is revised to read: 8 9 Riprap and quarry spalls shall be free from segregation, seams, cracks, and other 10 defects tending to destroy its resistance to weather and shall meet the following test 11 requirements: 12 13 9-13.5 Concrete Slope Protection 14 This section is revised to read: 15 16 Concrete slope protection shall consist of reinforced portland cement or blended 17 hydraulic cement concrete poured or pneumatically placed upon the slope with a 18 rustication joint pattern or semi-open concrete masonry units placed upon the slope 19 closely adjoining each other. 20 21 9-13.5(2) Poured Portland Cement Concrete Slope Protection 22 This section's title is revised to read: 23 24 Poured Portland Cement or Blended Hydraulic Cement Concrete Slope Protection 25 26 9-13.5(3) Pneumatically Placed Portland Cement Concrete Slope Protection 27 This section's title is revised to read: 28 29 Pneumatically Placed Portland Cement or Blended Hydraulic Cement Concrete 30 Slope Protection 31 32 The first paragraph is revised to read: 33 34 Cement—This material shall be portland cement or blended hydraulic cement as 35 specified in Section 9-01. 36 37 9-13.7(1) Rock for Rock Walls and Chinking Material 38 The first paragraph (up until the colon) is revised to read: 39 40 Rock for rock walls and chinking material shall be hard, sound and durable material, 41 free from seams, cracks, and other defects tending to destroy its resistance to weather, 42 and shall meet the following test requirements: 43 44 9-14.AP9 45 Section 9-14, Erosion Control and Roadside Planting 46 August 6, 2018 47 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs) 48 In Table 1, the last four rows are deleted. 49 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 9-14.4(2)A Long-Term Mulch 2 The first paragraph is supplemented with the following: 3 4 Products containing cellulose fiber produced from paper or paper components will not 5 be accepted. 6 7 Table 2 is supplemented with the following new rows: 8 Water Holding Capacity ASTM D 7367 800 percent minimum I .Organic Matter Content AASHTO T 267 90 percent minimum Seed Germination ASTM D 7322 Long Term Enhancement 420 percent minimum 9 10 11 9-14.4(2)6 Moderate-Term Mulch 12 This section is revised to read: 13 14 Within 48 hours of application, the Moderate-Term Mulch shall bond with the soil 15 surface to create a continuous, absorbent, flexible, erosion-resistant blanket. Moderate- 16 Term Mulch shall effectively perform the intended erosion control function in accordance 17 with Section 8-01.3(1)for a minimum of 3 months, or until temporary vegetation has 18 been established, whichever comes first. 19 20 Moderate-Term Mulch shall not be used in conjunction with permanent seeding. 21 22 9-14.4(2)C Short-Term Mulch 23 This section is revised to read: 24 25 Short-Term Mulch shall effectively perform the intended erosion control function in 26 accordance with Section 8-01.3(1)for a minimum of 2 months, or until temporary 27 vegetation has been established, whichever comes first. Short-Term Mulch shall not be 28 used in conjunction with permanent seeding. 29 30 9-16.AP9 31 Section 9-16, Fence and Guardrail 32 August 6, 2018 33 9-16.3(1) Rail Element 34 The last sentence of the first paragraph is revised to read: 35 36 All rail elements shall be formed from 12-gage steel except for thrie beam reducer 37 sections, reduced length thrie beam rail elements, thrie beams used for bridge rail 38 retrofits, and Design F end sections, which shall be formed from 10-gage steel. 39 40 9-16.3(5) Anchors 41 The last paragraph is revised to read: 42 43 Cement grout shall conform to Section 9-20.3(4) and consist of one part portland 44 cement or blended hydraulic cement and two parts sand. 45 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 9-18.AP9 2 Section 9-18, Precast Traffic Curb 3 April 2, 2018 4 9-18.1(1) Aggregates and Proportioning 5 Item number 1 of the first paragraph is revised to read: 6 7 1. Portland cement or blended hydraulic cement shall conform to the requirements of 8 Section 9-01 except that it may be Type I portland cement conforming to AASHTO 9 M 85. 10 11 9-20.AP9 12 Section 9-20, Concrete Patching Material, Grout, and Mortar 13 April 1, 2019 14 9-20.1 Patching Material 15 This section, including title, is revised to read: 16 17 9-20.1 Patching Material for Cement Concrete Pavement 18 Concrete patching material shall be prepackaged mortar extended with aggregate. The 19 amount of aggregate for extension shall conform to the manufacturer's 20 recommendation. 21 22 Patching mortar and patching mortar extended with aggregate shall contain 23 cementitious material and conform to Sections 9-20.1(1) and 9-20.1(2). The 24 Manufacturer shall use the services of a laboratory that has an equipment calibration 25 verification system and a technician training and evaluation process in accordance with 26 AASHTO R 18 to perform all tests specified in Section 9-20.1. 27 28 9-20.1(1) Patching Mortar 29 Patching mortar shall conform to the following requirements: 30 Compressive Strength ASTM Test Method Specification at 3 hoursC 39 Minimum 3,000 psi at 24 hours C 39 Minimum 5,000 psi Length Change at 28 days C 157 0.15 percent maximum Total Chloride Ion Content C 1218 1 Ib/yd3 maximum Bond Strength at 24 hours C 882(As modified by C Minimum 1,000 psi 928, Section 9.5) Scaling Resistance(at 25 C 672(As modified by C 1 Ib/ft2 maximum cycles of freezing and 928, Section 9.4) thawing) _ 31 32 9-20.1(2) Patching Mortar Extended with Aggregate 33 Patching mortar extended with aggregate shall meet the following requirements: 34 Compressive Strength ASTM Test Method Specification at 3 hours C 39 Minimum 3,000 psi at 24 hours C 39 Minimum 5,000 psi AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 Length Change at 28 days C 157 j 0.15 percent maximum Bond Strength at 24 hours C 882(As modified by Minimum 1,000 psi ASTM C928, Section 9.5) _ Scaling Resistance(at 25 C 672 2 Maximum Visual Rating cycles of freezing and thawing) Freeze thaw C 666 Maximum expansion 0.10% Minimum durability 90.0% 1 2 9-20.1(3) Aggregate 3 Aggregate used to extend the patching mortar shall conform to Section 9-03.1(4) 4 and be AASHTO Grading No. 8. A Manufacturer's Certificate of Compliance shall 5 be submitted showing the aggregate source and the gradation. Mitigation for Alkali 6 Silica Reaction (ASR)will not be required for the extender aggregate used for 7 concrete patching material. 8 9 9-20.1(4) Water 10 Water shall meet the requirements of Section 9-25.1. The quantity of water shall be 11 within the limits recommended by the repair material manufacturer. 12 13 9-20.2 Specifications 14 This section, including title, is revised to read: 15 16 9-20.2 Patching Material for Concrete Structure Repair 17 Concrete patching material shall be a prepackaged mixture of portland or blended 18 hydraulic cement, aggregate, and admixtures. Fly ash, ground granulated blast furnace 19 slag and microsilica fume may be used. The concrete patching material may be 20 shrinkage compensated. The concrete patching material shall also meet the following 21 requirements: 22 23 0 Compressive strength of 6000 psi or higher at 28 days in accordance with 24 AASHTO T 22 (ASTM C 39), unless noted otherwise 25 26 0 Bond strength of 250 psi or higher at 28 days or less in accordance with ASTM 27 C 1583 or ICRI 210.3R 28 29 0 Shrinkage shall be 0.05 percent (500 microstrain) or lower at 28 days in 30 accordance with AASHTO T 160 (ASTM C 157) as modified by ICRI 320.3R 31 32 Permeability shall be 2,000 coulombs or lower at 28 days in accordance with 33 AASHTO T 277 (ASTM C 1202) 34 35 Freeze-thaw resistance shall have a durability factor of 90 percent or higher 36 after a minimum of 300 cycles in accordance with AASHTO T 161 Procedure A 37 (ASTM C 666) 38 39 Soluble chloride ion limits in Section 6-02.3(2) shall be satisfied 40 41 9-20.2(1) Patching Mortar 42 This section, including title, is deleted in its entirety. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 9-20.2(2) Patching Mortar Extended with Aggregate 3 This section, including title, is deleted in its entirety. 4 5 9-20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications 6 This section's title is revised to read: 7 8 Grout Type 3 for Unconfined Applications 9 10 This section is revised to read: 11 12 Grout Type 3 shall be a prepackaged material that does not include expansive 13 admixtures meeting the following requirements: 14 15 0 Compressive strength shall be 4000 psi or higher at 28 days in accordance 16 with AASHTO T 22 (ASTM C 39)for grout extended with coarse aggregate or 17 AASHTO T 106 (ASTM C109) otherwise. 18 19 0 Bond strength shall meet one of the following: 20 21 0 250 psi or higher at 28 days or less in accordance with ASTM C1583. 22 23 0 2000 psi or higher at 28 days or less in accordance with ASTM C882. The 24 following modification to ASTM C882 is acceptable: use Type 3 Grout in 25 lieu of epoxy resin base bonding system and freshly mixed portland- 26 cement mortar in the procedure for testing Type II and V systems. 27 28 Drying shrinkage shall be 0.08 percent(800 microstrain) or lower at 28 days in 29 accordance with AASHTO T 160 (ASTM C157). The following modification to 30 AASHTO T 160 is acceptable: use a standard specimen size of 3 x 3 x 11-1/ 31 inches. 32 33 9-20.5 Bridge Deck Repair Material 34 Item number 3 of the first paragraph is revised to read: 35 36 3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with 37 AASHTO T 277. 38 39 9-21.AP9 40 Section 9-21, Raised Pavement Markers (RPM) 41 January 2, 2018 42 9-21.2 Raised Pavement Markers Type 2 43 This section's content is deleted. 44 45 9-21.2(1) Physical Properties 46 This section, including title, is revised to read: 47 48 9-21.2(1) Standard Raised Pavement Markers Type 2 49 The marker housing shall contain reflective faces as shown in the Plans to reflect 50 incident light from either a single or opposite directions and meet the requirements of 51 ASTM D 4280 including Flexural strength requirements. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 9-21.2(2) Optical Requirements 3 This section, including title, is revised to read: 4 5 9-21.2(2) Abrasion Resistant Raised Markers Type 2 6 Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1) and 7 meet the requirements of ASTM D 4280 with the following additional requirement: The 8 coefficient of luminous intensity of the markers shall be measured after subjecting the 9 entire lens surface to the test described in ASTM D 4280 Section 9.5 using a sand drop 10 apparatus. After the exposure described above, retroreflected values shall not be less 11 than 0.5 times a nominal unblemished sample. 12 13 9-21.2(3) Strength Requirements 14 This section is deleted in its entirety. 15 16 9-23.AP9 17 Section 9-23, Concrete Curing Materials and Admixtures 18 April 1, 2019 19 9-23.12 Natural Pozzolan 20 This section is revised to read: 21 22 Natural Pozzolans shall be ground Pumice and shall conform to the requirements of 23 AASHTO M295 Class N, including supplementary optional chemical requirements as 24 set forth in Table 2. 25 26 9-23.13 Blended Supplementary Cementitious Material 27 The second sentence is revised to read: 28 29 Blended SCMs shall be limited to binary or ternary blends of fly ash, ground granulated 30 blast furnace slag and microsilica fume. 31 32 The second to last sentence is deleted. 33 34 Section 9-28, Signing Materials and Fabrication 35 April 1, 2019 36 9-28.2 Manufacturer's Identification and Date 37 The second sentence is revised to read: 38 39 In addition, the width and height dimension, in inches, the Contract number, and the 40 number of the sign as it appears in the Plans shall be placed using 3-inch series C black 41 letters on the back of destination, distance, and large special signs. 42 43 9-28.10 Vacant 44 This section, including title, is revised to read: 45 46 9-28.10 Digital Printing 47 Transparent and opaque durable inks used in digital printed sign messages shall be as 48 recommended by the manufacturer. When properly applied, digital printed colors shall 49 have a warranty life of the base retroreflective sign sheeting. Digital applied colors shall AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 present a smooth surface, free from foreign material, and all messages and borders 2 shall be clear and sharp. Digital printed signs shall conform to 70% of the retroreflective 3 minimum values established for its type and color. Digitally printed signs shall meet the 4 daytime color and luminance, and nighttime color requirements of ASTM D 4956. No 5 variations in color or overlapping of colors will be permitted. Digital printed permanent 6 traffic signs shall have an integrated engineered match component clear protective 7 overlay recommended by the sheeting manufacturer applied to the entire face of the 8 sign. On Temporary construction/maintenance signs printed with black ink only, the 9 protective overlay film is optional, as long as the finished sign has a warranty of a 10 minimum of three years from sign sheeting manufacturer. 11 12 All digital printed traffic control signs shall be an integrated engineered match 13 component system. The integrated engineered match component system shall consist 14 of retroreflective sheeting, durable ink(s), and clear overlay film all from the same i 5 manufacturer applied to aluminum substrate conforming to Section 9-28.8. 16 17 The sign fabricator shall use an approved integrated engineered match component 18 system as listed on the Qualified Products List (QPL). Each approved digital printer 19 shall only use the compatible retroreflective sign sheeting manufacturer's engineered 20 match component system products. 21 22 Each retroreflective sign sheeting manufacturer/integrated engineered match 23 component system listed on the QPL shall certify a department approved sign fabricator 24 is approved to operate their compatible digital printer. The sign fabricator shall re-certify 25 annually with the retroreflective sign manufacturer to ensure their digital printer is still 26 meeting manufacturer's specifications for traffic control signs. Documentation of each 27 re-certification shall be submitted to the QPL Engineer annually. 28 29 9-28.11 Hardware 30 The last paragraph is revised to read: 31 32 All steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and 33 related connecting hardware shall be galvanized in accordance with ASTM F 2329. 34 35 9-29.AP9 36 Section 9-29, Illumination, Signal, Electrical 37 April 1, 2019 38 9-29.1 Conduit, Innerduct, and Outerduct 39 This section is supplemented with the following new subsections: 40 41 9-29.1(10) Pull Tape 42 Pull tape shall be pre-lubricated polyester pulling tape. The pull tape shall have a 43 minimum width of%2-inch and a minimum tensile strength of 500 pounds. Pull tape may 44 have measurement marks. 45 46 9-29.1(11) Foam Conduit Sealant 47 Foam conduit sealant shall be self-expanding waterproof foam designed to prevent both 48 water and pest intrusion. The foam shall be designed for use in and around electrical 49 equipment, including both insulated and bare conductors. 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3119 1 9-29.2(1) Junction Boxes 2 The first paragraph is revised to read: 3 4 For the purposes of this Specification concrete is defined as portland cement or blended 5 hydraulic cement concrete and non-concrete is all others. 6 7 9-29.2(1)A2 Non-Concrete Junction Boxes 8 The first paragraph is revised to read: 9 10 Material for the non-concrete junction boxes shall be of a quality that will provide for a 11 similar life expectancy as portland cement or blended hydraulic cement concrete in a 12 direct burial application. 13 14 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 15 In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read: 16 Slip Resistant Lid ASTM A36 steel Frame ASTM A36 steel I Slip Resistant Frame j ASTM A36 steel 17 18 9-29.3(2)A1 Single Conductor Current Carrying 19 This second sentence is revised to read: 20 21 Insulation shall be XLP (cross-linked polyethylene) or EPR (Ethylene Propylene 22 Rubber), Type USE (Underground Service Entrance) or USE-2, and rated for 600-volts 23 or higher. 24 25 9-29.6 Light and Signal Standards 26 In the first sentence of the third paragraph, "AASHTO M232" is revised to read "ASTM F 27 2329". 28 29 Item number 2 of the last paragraph is revised to read: 30 31 2. The steel light and signal standard fabricator's shop drawing submittal, including 32 supporting design calculations, submitted as a Type 2E Working Drawing in 33 accordance with Section 8-20.2(1) and the Special Provisions. 34 35 9-29.6(1) Steel Light and Signal Standards 36 In the second paragraph, "AASHTO M232" is revised to read "ASTM F 2329". 37 38 The first sentence of the last paragraph is revised to read: 39 40 Steel used for light and signal standards shall have a controlled silicon content of either 41 0.00 to 0.06 percent or 0.15 to 0.25 percent. 42 43 9-29.6(5) Foundation Hardware 44 In the last paragraph, "AASHTO M232" is revised to read "ASTM F 2329". 45 46 9-29.10(1) Conventional Roadway Luminaires 47 This section is revised to read: 48 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 All conventional roadway luminaires shall meet 3G vibration requirements as described 2 in ANSI C136.31. 3 4 All luminaires shall have housings fabricated from aluminum. The housing shall be 5 painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise 6 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test 7 as specified in ASTM 13117. 8 9 Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2" 10 tenon and adjustable within +/- 5 degrees of the axis of the tenon. The clamping 11 bracket(s) and the cap screws shall not bottom out on the housing bosses when 12 adjusted within the +/- 5 degree range. No part of the slipfitter mounting brackets on the 13 luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws 14 used for mounting are tightened to a torque of 32 foot-pounds. Each luminaire shall 15 include leveling reference points for both transverse and longitudinal adjustment. 16 17 All luminaires shall include shorting caps when shipped. The caps shall be removed and 18 provided to the Contracting Agency when an alternate control device is required to be 19 installed in the photocell socket. House side shields shall be included when required by 20 the Contract. Order codes shall be modified to the minimum extent necessary to include 21 the option for house side shields. 22 23 This section is supplemented with the following new subsections: 24 25 9-29.10(1)A High Pressure Sodium (HPS) Conventional Roadway Luminaires 26 HPS conventional roadway luminaires shall meet the following requirements: 27 28 1. General shape shall be "cobrahead" style, with flat glass lens and full cutoff 29 optics. 30 31 2. Light pattern distribution shall be IES Type III. 32 33 3. The reflector of all luminaires shall be of a snap-in design or secured with 34 screws. The reflector shall be polished aluminum or prismatic borosilicate 35 glass. 36 37 4. Flat lenses shall be formed from heat resistant, high-impact, molded 38 borosilicate or tempered glass. 39 40 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to 41 the luminaire and secured in the closed position to the luminaire by means of 42 an automatic latch. The lens and doorframe assembly, when closed, shall 43 exert pressure against a gasket seat. The lens shall not allow any light output 44 above 90 degrees nadir. Gaskets shall be composed of material capable of 4.5 withstanding the temperatures involved and shall be securely held in place. 46 47 6. The ballast shall be mounted on a separate exterior door, which shall be 48 hinged to the luminaire and secured in the closed position to the luminaire 49 housing by means of an automatic type of latch (a combination hex/slot 50 stainless steel screw fastener may supplement the automatic-type latch). 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3119 1 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt 2 lamp complete and associated ballast. Lamps shall mount horizontally. 3 4 9-29.10(1)B Light Emitting Diode (LED) Conventional Roadway Luminaires 5 LED Conventional Roadway Luminaires are divided into classes based on their 6 equivalent High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W, 7 310W, and 400W. LED luminaires are required to be pre-approved in order to verify 8 their photometric output. To be considered for pre-approval, LED luminaires must meet 9 the requirements of this section. 10 11 LED luminaires shall include a removable access door, with tool-less entry, for access 12 to electronic components and the terminal block. The access door shall be removable, 13 but include positive retention such that it can hang freely without disconnecting from the 14 luminaire housing. LED drivers may be mounted either to the interior of the luminaire 15 housing or to the removable door itself. 16 17 LED drivers shall be removable for user replacement. All internal modular components 18 shall be connected by means of mechanical plug and socket type quick disconnects. 19 Wire nuts may not be used for any purpose. All external electrical connections to the 20 luminaire shall be made through the terminal block. 21 22 LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s) 23 shall be dimmable from ten volts to zero volts. LED output shall have a Correlated Color 24 Temperature (CCT) of 4000K nominal (4000-4300K) and a Color Rendering Index (CRI) 25 of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees 26 Celsius. 27 28 LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages 29 refer to the supply voltages to the luminaires present in the field. LED power usage shall 30 not exceed the following maximum values for the applicable wattage class: 31 Class Max. Wattage 20OW 110W 250W 165W 31 OW 210W 40OW 275W 32 - 33 Only one brand of LED conventional roadway luminaire may be used on a Contract. 34 They do not necessarily have to be the same brand as any high-mast, underdeck, or 35 wall-mount luminaires when those types of luminaires are specified in the Contract. 36 LED luminaires shall include a standard 10 year manufacturer warranty. 37 38 The list of pre-approved LED Conventional Roadway Luminaires is available at 39 http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm. 40 41 9-29.10(2) Decorative Luminaires 42 This section, including title, is revised to read: 43 44 9-29.10(2) Vacant 45 46 9-29.12 Electrical Splice Materials 47 This section is supplemented with the following new subsections: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 9-29.12(3) Splice Enclosures 3 9-29.12(3)A Heat Shrink Splice Enclosure 4 Heat shrink splice enclosures shall be medium or heavy wall cross-linked 5 polyolefin, meeting the requirements of AMS-DTL-23053/15, with thermoplastic 6 adhesive sealant. Heat shrink splices used for"wye" connections require rubber 7 electrical mastic tape. 8 9 9-29.12(3)B Molded Splice Enclosure 10 Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The 11 material used shall be compatible with the insulation material of the insulated 12 conductor or cable. The component materials of the resin insulation shall be 13 packaged ready for convenient mixing without removing from the package. 14 , 15 9-29.12(4) Re-Enterable Splice Enclosure 16 Re-enterable splice enclosures shall use either dielectric grease or a flexible resin 17 contained in a two-piece plastic mold. The mold shall either snap together or use 18 stainless steel hose clamps. 19 20 9-29.12(5) Vinyl Electrical Tape for Splices 21 Vinyl electrical tape in splicing applications shall meet the requirements of MIL-1- 22 24391 C. 23 24 9-29.12(1) Illumination Circuit Splices 25 This section is revised to read: 26 27 Underground illumination circuit splices shall be solderless crimped connections 28 capable of securely joining the wires, both mechanically and electrically, as defined in 29 Section 8-20.3(8). Aerial illumination splices shall be solderless crimp connectors or 30 split bolt vice-type connectors. 31 32 9-29.12(1)A Heat Shrink Splice Enclosure 33 This section is deleted in its entirety. 34 35 9-29.12(1)B Molded Splice Enclosure 36 This section is deleted in its entirety. 37 38 9-29.12(2) Traffic Signal Splice Material 39 This section is revised to read: 40 41 Induction loop splices and magnetometer splices shall use an uninsulated barrel-type 42 crimped connector capable of being soldered. 43 44 9-29.13(10)D Cabinets for Type 170E and 2070 Controllers 45 The first sentence of item number 4 is revised to read: 46 47 A disposable paper filter element with dimensions of 12" X 16" X 1" shall be provided in 48 lieu of a metal filter. 49 50 Item number 6 is revised to read: 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 6. LED light strips shall be provided for cabinet lighting, powered from the Equipment 2 breaker on the Power Distribution Assembly. Each LED light strip shall be 3 approximately 12 inches long, have a minimum output of 320 lumens, and have a 4 color temperature of 4100K (cool white) or higher. There shall be three light strips 5 for each rack within the cabinet. Lighting shall be ceiling mounted — rack mounted 6 lighting is not permitted. Light strips shall be installed in the locations shown in the 7 Standard Plans. Lighting shall not interfere with the proper operation of any other 8 ceiling mounted equipment. All lighting fixtures above a rack shall energize 9 automatically when either door to that respective rack is opened. Each door switch 10 shall be labeled "Light". 11 12 Item number 7 is revised to read: 13 14 7. Rack mounted equipment shall be as shown in the Standard Plans. The cabinet 15 shall use PDA#2LX and Output File #1 LX. Where an Auxiliary Output File is 16 required, Output File #2LX shall also be included. 17 18 This section is supplemented with the following new item: 19 20 9. The PCB connectors for Field Terminal Blocks FT1 through FT6 on Output Files 21 #1 LX and #2LX shall be capable of accepting minimum 14 AWG field wiring, have 22 a pitch of 5.08 mm, and use screw flange type locking to secure the plug and 23 socket connection. The sockets on the Field Terminal Panel shall be secured to the 24 panel such that unplugging a connector will not result in the socket moving or 25 separating from the panel. 26 27 9-29.13(11) Traffic Data Accumulator and Ramp Meters 28 Item number 2 is revised to read: 29 30 2. Rack mounted equipment shall be as shown in the Standard Plans. 31 32 Item number 3 is revised to read: 33 34 3. PDA#3LX shall be furnished with three Model 200 Load Switches installed. PDA 35 #3LX shall be modified to include a second Model 430 transfer relay, mounted on 36 the rear of the PDA and wired as shown in the Standard Plans. 37 38 9-29.20 Pedestrian Signals 39 In item 2C of the second paragraph, "Federal Standard 595" is revised to read "SAE AMS 40 Standard 595". 41 42 9-29.24 Service Cabinets 43 The third sentence of item number 6 is revised to read: 44 45 The dead front cover shall have cutouts for the entire breaker array, with blank covers 46 where no circuit breakers are installed. 47 48 Item number 8 is revised to read: 49 50 8. Lighting contactors shall meet the requirements of Section 9-29.24(2). 51 52 The last sentence of item number 10 is revised to read: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 2 Dead front panels shall prevent access to any exposed, live components, and shall 3 cover all equipment except for circuit breakers (including blank covers), the photocell 4 test/bypass switch, and the GFCI receptacle. 5 6 9-29.24(2) Electrical Circuit Breakers and Contactors 7 This section is revised to read: 8 9 All circuit breakers shall be bolt-on type, with the RMS-symmetrical interrupting capacity 10 described in this Section. Circuit breakers for 120/240/277 volt circuits shall be rated at 11 240 or 277 volts, as applicable, with an interrupting capacity of not less than 10,000 12 amperes. Circuit breakers for 480 volt circuits shall be rated at 480 volts, and shall have 13 an interrupting capacity of not less than 14,000 amperes. 14 15 Lighting contactors shall be rated for tungsten or ballasted (such as sodium vapor, 16 mercury vapor, metal halide, and fluorescent) lamp loads. Contactors for 120/240/277 17 volt circuits shall be rated at 240 volts maximum line to line voltage, or 277 volts 18 maximum line to neutral voltage, as applicable. Contactors for 480 volt circuits shall be 19 rated at 480 volt maximum line to line voltage. 20 21 9-34.AP9 22 Section 9-34, Pavement Marking Material 23 January 7, 2019 24 9-34.2(2) Color 25 The first sentence is revised to read: 26 27 Paint draw-downs shall be prepared according to ASTM D823. 28 29 Each reference to "Federal Standard 595" is revised to read "SAE AMS Standard 595". 30 31 9-34.2(3) Prohibited Materials 32 This section is revised to read: 33 34 Traffic paint shall not contain mercury, lead, chromium, diarylide pigments, toluene, 35 chlorinated solvents, hydrolysable chlorine derivatives, ethylene-based glycol ethers 36 and their acetates, nor any other EPA hazardous waste material over the regulatory 37 levels in accordance with CFR 40 Part 261.24. 38 39 9-34.2(5) Low VOC Waterborne Paint 40 The heading "Standard Waterborne Paint" is supplemented with "Type 1 and 2". 41 42 The heading "High-Build Waterborne Paint" is supplemented with "Type 4". 43 44 The heading "Cold Weather Waterborne Paint" is supplemented with "Type 5". 45 46 In the row beginning with "° @900F", each minimum value is revised to read "60". 47 48 In the row beginning with "Fineness of Grind, (Hegman Scale)", each minimum value is 49 revised to read "3". 50 51 The last four rows are replaced with the following: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 Vehicle Composition ASTM D 100%acrylic emulsion 100%cross-linking 100%acrylic emulsion 2621 acrylic4 Freeze-Thaw ASTM D @ 5 cycles show no @ 5 cycles show no @ 3 cycles show no Stability, KU 2243 and D coagulation or change coagulation or change coagulation or change 562 in viscosity greater in viscosity greater in viscosity greater than±10 KU than± 10 KU than± 10 KU Heat Stability ASTM D 5622 ± 10 KU from the initial ±10 KU from the initial ± 10 KU from the initial viscosity viscositv Viscosity Low Temperature ASTM D No Cracks* No Cracks Film Formation 28053 _Cold Flexibility5 ASTM D522 Pass at 0.5 in mandrel* Test Deck Durability6 ASTM D913 >70%paint retention in wheel track* Mud Cracking (See note 7) No Cracks j No Cracks 2 _ 3 After the preceding Amendments are applied, the following new column is inserted after the 4 "Standard Waterborne Paint Type 1 and 2" column: 5 Semi-Durable Waterborne Paint Type 3 White I Yellow Min. Max. Min. Max. Within±0.3 of qualification sample 80 95 80 95 60 60 77 77 65 65 43 43 1.25 1.25 3 3 0.98 0.96 88 50 100° 100° 9.5 9.5 10 10 100%acrylic emulsion @ 5 cycles show no coagulation or change in viscosity_greater than± 10 KU ± 10 KU from the initial viscosity No Cracks Pass at 0.25 in mandrel >_70%paint retention in wheel track No Cracks 6 7 The footnotes are supplemented with the following: 8 9 4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1 952F 10 Section 3.1.1. 11 12 5COld Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness 13 of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 °F)for 24 14 hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B) shall 15 be put in a 40*F refrigerator when the paint is drawn down. After 24 hours, the AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel 2 apparatus for 2 hours. After 2 hours, the panel and test apparatus shall be removed and 3 immediately tested to according to ASTM D522 to evaluate cold flexibility. Paint must 4 show no evidence of cracking, chipping or flaking when bent 180 degrees over a 5 mandrel bar of specified diameter. 6 7 6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a 8 minimum of six months with the following additional requirements: it shall be applied at 9 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000 10 ADT and which was applied during the months of September through November. 11 12 7Paint is applied to an approximately 4"x12" aluminum panel using a drawdown bar with 13 a 50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH 14 and 72±5 °F)for 24 hours. Visual evaluation of the dry film shall reveal no cracks. 15 16 9-34.3 Plastic 17 In the first sentence of the last paragraph, "Federal Standard 595" is revised to read "SAE '18 AMS Standard 595". 19 20 9-34.3(2) Type B — Pre-Formed Fused Thermoplastic 21 In the last two paragraphs, each reference to "Federal Standard 595" is revised to read "SAE 22 AMS Standard 595". 23 24 9-34.3(4) Type D — Liquid Cold Applied Methyl Methacrylate 25 The Test Method value for Adhesion to PCC or HMA, psi is revised to read "ASTM 26 D4541'". 27 28 9-34.4 Glass Beads for Pavement Marking Materials 29 In the Test Method column of the table titled Metal Concentration Limits, "EPA 3052 SW-846 30 6010C" is revised to read "EPA 3052 SW-846 6010D". 31 32 9-34.5(1) Temporary Pavement Marking Tape — Short Duration 33 This section, including title, is revised to read: 34 35 9-34.5(1) Temporary Pavement Marking Tape — Short Duration (Removable) 36 Temporary pavement marking tape for short duration (usage is for up to two months) 37 shall conform to ASTM D4592 Type I except that black tape, black mask tape and the 38 black portion of the contrast removable tape, shall be non-reflective. 39 40 9-34.5(2) Temporary Pavement Marking Tape — Long Duration 41 This section's title is revised to read: 42 43 Temporary Pavement Marking Tape— Long Duration (Non-Removable) 44 45 The first sentence is revised to read: 46 47 Temporary pavement marking tape for long duration (usage is for greater than two 48 months and less than one year) shall conform to ASTM D4592 Type II. 49 50 ASTM E2176 is deleted from the second sentence. 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 1 9-34.7(1) Requirements 2 The first paragraph is revised to read: 3 4 Field performance evaluation is required for low VOC solvent-based paint per Section 9- 5 34.2(4), Type A— liquid hot applied thermoplastic per Section 9-34.3(1), Type B— 6 preformed fused thermoplastic per Section 9-34.3(2), Type C —cold applied preformed 7 tape per Section 9-34.3(3), and Type D — liquid applied methyl methacrylate per Section 8 9-34.3(4). 9 10 The last paragraph is deleted. 11 12 9-34.7(1)C Auto No-Track Time 13 The first paragraph is revised to read: 14 15 Auto No-Track Time will only be required for low VOC solvent-based paint in 16 accordance with Section 9-34.2(4). 17 18 The second and third sentences of the second paragraph are deleted. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 6/3/19 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2018 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (April 12, 2018 CFW GSP) 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 9 City of Federal Way Public Works Development Standards • National Electric Code, current edition • King County Road Standards - 2007 Contractor shall obtain copies of these publications, at Contractor's own expense. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SPA RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of the 2020 Asphalt Overlay Project Improvements and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. Supplement this Section with the following: SCHEDULE A—S 312th St S 312th St From 8th Ave S To Pacific Hwy S SCHEDULE 6 — Hoyt Road 5W Hoyt Road SW From SW 326th St To SW 320th St SCHEDULE C— 1st Ave S Ist Ave S From SW 301st St To City Limit SCHEDULE D— PVR PVR From S 320th St To S 316th St SCHEDULE E — PVR PVR From S 316th St To S 312th St SCHEDULE F —The Ridge The Ridge 1-01 DEFINITIONS AND TERMS 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-2 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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." 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-3 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.t2 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 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works Contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids)for the work. After award of the Contract, Plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Basis of Distribution Sets Reduced Plans (11" x 17") 5 Furnished automatically upon award Contract Provisions 5 Furnished automatically upon award. Large Plans (e.g., 22" x 34") 2 Furnished only upon request. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-4 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. 1-012.4 Examination of Plans, Specifications, and Site Work_ (June 27, 2011 APWA GSP) 1-02.41 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 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) Section 1-02.6 is supplemented the second paragraph with the following The City Of Federal Way invites bids on the form enclosed to be submitted at such time and place as is stated in the Call for Bids. ALL BLANKS IN THE PROPOSAL FORMS MUST BE APPROPRIATELY FILLED IN AND ALL PRICES MUST BE STATED IN LEGIBLE FIGURES. Bids or proposals shall be addressed as follows: CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-5 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 Purchasing Office City of Federal Way 333258 th Avenue South Federal Way, WA 98003-6325 The envelope shall be plainly marked "2020 Asphalt Overlay Project". Proposal envelopes sent by mail shall be further sealed in another envelope, addressed as above. The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form (WSDOT Form 272-009). Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. 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 3, 2015 WSDOT GSP, OPTION 21) Section 1-02.6 is supplemented with the following: Cumulative Alternates Bidding CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-6 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 The Bid Proposal for this Contract requires the Bidder to bid cumulative Alternates as part of the bid. As such the Bidder is required to submit a Base Bid and a bid for each of the Alternate(s). Bid Proposal Bid Proposal includes the following: 1. Base Bid The Schedules A, B, C, E and F shall include constructing all items included in the Proposal except those items contained in the Alternate(s). 2. Alternate(s) a. Alternate D Based on construction of Schedule D The Bid items for Alternate D are as listed in the Bid Proposal, Bidding Procedures To be considered responsive the Bidder shall submit a price on each and every Bid item included in the Base Bid and all Alternate(s). Successful Bidder will be the Bidder submitting the lowest responsible Bid for the highest order Preference that is within the amount of available funds for the project. Available funds will be announced immediately prior to the opening of Bids. The following are listed in order from highest to lowest Preference: 1. Preference 1: Lowest total for Base Bid plus Alternate D. 2. Preference 2: Lowest total for Base Bid The Contracting Agency may, at their discretion, award a Contract for the Base Bid, without any additional Alternates, in the event that all Bids exceed the available funds announced. In any case, the award will be subject to the requirements of Section 1-03. 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-7 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. 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: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-8 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 lrre ular Proposals (June 20, 2017 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; C. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification that they are in agreement with the bidder's UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; C. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project(in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-9 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. 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 Retainageand 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-10 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SPA I RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-12 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 1-02.15 Pre-Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 .AWARD AND EXECt.lT1 N 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 bidders unit or lump sum price is less than the minimum specified amount. the Contracting Agencv will unilaterally revise the unit or lump surn 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. 1-03.10) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SPA 3 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 egual 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: 1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties)that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-14 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 (July 23, 2015 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 36.01.05 shall control venue and jurisdiction. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents. Plans. Special Provisions_, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-15 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. In case of discrepancies, the document(s) assigned the smaller number(s) shall govern over items having larger numbers. Units of measurement in the Bid Schedule shall govern over units of measurement in the Specifications and Provisions. In the Plans or drawings, correctly calculated dimensions shall govern over scaled or approximately stated dimensions. In case of any ambiguity or dispute over interpretation of the provisions of the Contract Documents, the decision of the Engineer shall be final. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviations from Plans and Stakes (April 2, 2018, WSDOT GSP, OPTION 4) Section 1-05.4 is supplemented with the following: Supplement this section with the following: Roadway and Utility Surveys (July 23, 2015 APWA GSP, Option 1) The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Slope stakes for establishing grading; 2. Curb grade stakes; 3. Centerline finish grade stakes for pavement sections wider than 25 feet; and 4. Offset points to establish line and grade for underground utilities such as water, sewers, and storm drains. On alley construction projects with minor grade changes, the Engineer shall provide only offset hubs on one side of the alley to establish the alignment and grade. 1-05.5 Construction Stakes (November 29, 2018*****) Intent - It is the intent of this section to define the staking services that the Owner will furnish, and to set forth the responsibilities of the Contractor respecting the use and maintenance of same. Scope - The Owner will furnish the stakes and reference marks for the construction of the improvements covered by this contract. No stakes other than those enumerated at the end of this section will be furnished, except as requested in writing by the Contractor and paid for by him. This applies to all re-staking for whatever reason, as well as for additional staking which the Contractor may request. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-16 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 Notification - The Contractor shall keep the Engineer informed in advance as to when and where the Contractor intends to work, thus enabling the Engineer to set the engineering control points, lines, and grades with a minimum of delay and interference. The Contractor shall notify the Engineer at least forty-eight (48) hours in advance of the date when specific staking services are desired and shall stipulate at that time the particular stakes or marks required, giving the specific location and/or limiting stations, kind of stakes, offsets, and other pertinent information. Delays by reason of lack of stakes are deemed a risk to the Contractor and shall not be the basis for claims for additional compensation. Control Stakes - Stakes which constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and his subcontractors of their importance, and the necessity for their preservation. The cost of replacing such controls, should it become necessary for any reason whatsoever, shall be at the Contractor's expense. If the removal of a control stake is required by the construction operations of the Contractor or its subcontractors, advance notice of at least forty-eight (48) hours shall be given to the Engineer, who will reference and remove said stake or stakes at no cost to the Contractor. Checking Service - Should occasion arise where the validity of a stake is questioned, either as to its location or the offset marked thereon, or as to the elevation of cut or fill marked thereon, the Contractor shall notify the Engineer, who will check the stake or stakes in question. It shall be the Contractor's responsibility to examine the stakes before commencing operations. Any stakes found to be in error will be reset. There will be no charge to the Contractor for this service; and it is understood and agreed that the Owner will not be charged for any standby or "down" time as a result of such checking and/or resetting procedure. Staking Services - The Owner will furnish the following stakes and reference marks as applicable: 1. Handicapped Ramps - Locations and limits of removal shall be established for removal and replacement of curb ramp. 2. Limits of overlay - Locations and limits of the asphalt overlay will be established. 3. Pavement Repair- Location and limits of pavement repair areas will be established. 4. Sidewalk, Curb and Gutter- Locations and limits of removal shall be established. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SPA RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in Contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-18 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-19 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 1.05.12 Final Acceptance Add the following new section. 1-05.12(1) One-Year Guarantee Period (March 8, 2013 APWA GSP) The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, In which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1-05.12_(2) Maintenance Periods (January 19, 2016 ******) On non-FHWA projects, when the work involves such items as machinery or other mechanical equipment, either furnished or installed by the Contractor or, furnished by the Owner and installed by the Contractor; buildings; or work which may otherwise be of such a nature that it is desirable by the Owner to have the Contractor maintain and/or test the work for a period of time after final inspection by the Engineer, the following shall apply. It is the intent of the Owner to have at final acceptance, a complete and operable system. Therefore, such items of work as may be listed in the Contract documents shall be fully tested under operating conditions to ensure their acceptability prior to final acceptance. The Contractor shall, upon completion of the work and following final inspection, operate the complete system under the observation of the Engineer for a test period of no less than fourteen (14) consecutive calendar days. During and following this test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first-class operating condition. All equipment, electrical controls, meters and other devices to be tested during this period will be tested under the supervision of the Engineer so as to determine their suitability for the purpose for which they were installed. All costs for power, gas, labor material, supplies and incidentals, shall be borne by the Contractor unless specifically set for otherwise in the Contract Documents. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-20 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 When such periods are desired by the Owner, such periods shall not affect any manufacturer's guarantees or warranties furnished to the Owner under the terms of the Contract. The Contractor's attention is called to Section 1-05.18 of these Special Provisions. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation with Other Contractors (March 13, 1995 WSDOT GSP, OPTION 1) Section 1-05.14 is supplemented with the following: Other Contracts or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: 1. Puget Sound Energy Company 2. Centuryl-ink Communications 3. AT&T Telephone Company 4. Comcast Cable Communications 5. Lakehaven Utility District 6. City of Tacoma Public Utilities 7. Midway Sewer District 8. Highline Water District 9. City of Federal Way Surface Water Management Division 10. City of Federal Way Traffic Division 11. King County Public Works Department 12. Washington State Department of Transportation The Contractor shall adjust catch basins and storm manholes to grade. The Contractor shall be responsible for coordinating his work with the Owner to accommodate this work. 1-05.14(A) Notifications Relative to Contractor's Activities (City of Federal Way) Section 1-05.14(A) is supplemented with the following: Notification shall be written, with a copy delivered to the Engineer within a minimum of one week prior to the commencement of work. City of Federal Way South King Fire & Rescue Police Department 31617 1s'Ave S 333258 1h Avenue South Federal Way, WA 98003 Federal Way, WA 98003-6325 Telephone: 253-946-7253 Telephone: 253-835-6701 King County Metro Federal Way School District 12706 th Avenue South, Bldg. 2 Transportation Department MS:QS 1211 South 332nd Street CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-21 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 Seattle, WA 98134. Federal Way, WA 98003 Construction.coord@kingcounty.gov Attn: Michelle Turner Telephone: 253-945-5965 Puget Sound Energy (Gas) CenturyLink Communications 6905 South 2281h St 2331566 th Ave S Kent, WA 98032 Kent, WA 98032 Attn: Glenn Helton Attn: Leslie Fergusen Telephone: 425-559-4647 Telephone: 206-345-3488 Puget Sound Energy (Power) Comcast Cable Communications 141038 th Street East 410 Valley Ave NW, Suite 12-C -Sumner, WA 98390 Puyallup, WA 98371 Attn: Dennis Booth Attn: Bill Walker Telephone: 253-606-4787 Telephone: 206-255-6975 Lakehaven Water &Sewer District AT&T Cable Maintenance 31623 1st Ave S 11241 Willow Road NE, Suite 130 Federal Way, WA 98003 Redmond, WA 98052 Attn: Wes Hill Attn: Dan McGeough Telephone: 253-946-5440 Telephone: 425-896-9830 King County Traffic Operations Pierce Transit 155 Monroe Avenue NE 3701 96th Street SW Renton, WA 98056 Lakewood, WA 98499 Attn: Mark Parrett Attn: Barbara Strong-Nelson Telephone: 206-296-8153 Telephone: 253-405-4433 bnelson o7 piereetransit.org 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 Pro'ect 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-22 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 1-05.19 Defects Arising in One Year and Remedies (April 12, 2018 CFW GSP) Section 1-05.19 is a new section: The Contractor shall be responsible for correcting all defects in workmanship and material 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. 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. 1-06 CONTROL OF MATERIAL 1-06.2(2) Statistical Evaluation of Materials for Acceptance Delete this section in its entirety. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-23 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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). 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-24 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-25 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. Such sales taxes shall be included in the unit Bid item prices or in any other Contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any Contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.5 Environmental Regulations Section 1-07.5 is supplemented with the following: (September 20, 2010, WSDOT GSP, OPTION 1) Environmental Commitments The following Provisions summarize the requirements, in addition to those required elsewhere in the Contract, imposed upon the Contracting Agency by the various documents referenced in the Special Provision Permits and Licenses. Throughout the work, the Contractor shall comply with the following requirements: (August 3, 2009 WSDOT GSP, OPTION 1(V)) The intentional bypass of stormwater from all or any portion of a stormwater treatment system is prohibited without the approval of the Engineer. (August 3, 2009, WSDOT GSP, OPTION 2) Payment All costs to comply with this special provision for the environmental commitments and requirements are incidental to the contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the associated bid prices of the contract. In addition to the requirements of Section 1-07.5 of the Standard Specifications, the Contractor shall comply with all applicable Federal, State, County and City environmental provisions of law including, but not limited to, the following: City of Federal Way: Zoning Code and Noise Ordinance King County: Ordinance No. 1488 Resolution No. 18801 Resolution No. 25789 Puget Sound Air Pollution Control Agency: Regulation No. 1 Resolution No. 194 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-26 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 The above environmental provisions are incorporated into this contract by this reference as if set forth herein in full. Copies of the City of Federal Way Provisions are available for perusal at the Public Works Department. The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the federal, state, and local pollution control regulations. 1-07.6 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. 1-07.9 Wages 1-07.9(1) General (January 5, 2018 WSDOT GSP, OPTION 1) Section 1-07.9(1) is supplemented with the following: The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA180001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. (April 2, 2007 WSDOT GSP, OPTION 4) Application of Wage Rates For The Occupation Of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-27 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 In addition, federal wage rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the occupation description, Mulch Seeding Operator. If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at http://www.wdol.gov/docs/sfl444.pdf, and submit the completed form to the Engineer's office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Prayer$y Section 1-07.16(1) is supplemented with the following: The Contractor shall protect private or public property on or in the vicinity of the work site. The Contractor shall ensure that it is not removed, damaged, destroyed, or prevented from being used unless the contract so specifies. The Contractor shall not trespass upon private properly and shall be responsible for all injury or damage to persons or property, directly or indirectly, resulting from his operations in completing this Work. The Contractor shall comply with the laws and regulations of the Owner, County, and State and Federal governments, relating to the safety of persons and property, and will be held responsible for and required to make good any injury or damage to persons or property caused by carelessness or neglect on the part of the Contractor or subcontractor(s), or any agent or employee of either during the progress of the Work and until its final acceptance. Property includes land, utilities, trees, landscaping, improvements legally on the right-of-way, markers, monuments, buildings, structures, pipe, conduit, sewer or water lines, signs, and other property of all description whether shown in the Plans or not. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-28 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 If the Engineer requests in writing, or if otherwise necessary, the Contractor shall at its expense install protection, acceptable to the Engineer, for property such as that listed in the previous paragraph. The Contractor is responsible for locating all property that is subject to damage by his operation. If the Contractor (or its agents/employees) damage, destroy, or interfere with the use of such property, the Contractor shall restore it to original condition at the Contractor's expense. He shall also halt any interference with the property's use. The Engineer may have such property restored by other means and subtract the cost from money that will be or is due the Contractor if it refuses or does not respond immediately. The Contractor shall restore to a condition equal to the original condition improvements such as pavements, driveways, gravel shoulders, ditches, culverts, curb, curb and gutter, sidewalks, fences, pavement markings, mailboxes, traffic signs, traffic signal loops, landscaping, public and private utilities etc., which are damaged or removed (and not indicated to be removed) during construction, whether shown in the plans or not. All existing survey monuments and property corner markers shall be protected from movement by the Contractor. All existing markers and/or monuments that must be removed for construction purposes are to be referenced by survey ties and then replaced by a professional land surveyor registered in the State of Washington. All existing property corner markers disturbed or removed by the Contractor's operations which, in the opinion of the Engineer, were not required to be removed for construction purposes shall be replaced at the Contractor's own expense by a Professional Land Surveyor registered in the State of Washington. Any of these monuments damaged must be reset to second order, first class specifications. Sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to ensure satisfactory operation upon completion of the improvements. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and connections, and testing of the system. All work shall be done in conformance to acceptable standards. This will be per force account. The Contractor shall contact the owners of any ditches, irrigation lines and appurtenances which interfere with the Work. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. 1-07.16(2) Vegetation Protection and Restoration Delete the fourth paragraph and replace it with the following: If due to, or for any other reason related to the Contractor's operation, any tree, shrub, ground cover or herbaceous vegetation is destroyed, seriously damaged, or disfigured, that was not ordered removed, the Contractor shall replace it with CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-29 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 approved nursery stock of the same species. In addition to replacement, the Contractor will be assessed any appropriate liquidated damages for trees as described below. The assessment will be deducted from monies due the Contractor. For non-merchantable timber, the Contractor will be assessed liquidated damages of $10 for each inch of difference in circumference when a replacement tree is smaller than the original. For merchantable timber, the Contractor will be assessed liquidated damages of either $10 for each circumferential inch or the estimated market value delivered to a mill, whichever is the larger amount. The Engineer will measure circumference twelve inches (12") above ground level. The replanting shall be according to Section 8-02 and during the first fall or spring planting period after damage, or as the Engineer directs. It may be necessary to trim trees or bushes in order to have the necessary clearance for planing and paving equipment on streets that are to be overlaid. Any costs for trimming of trees or bushes required for the construction of the overlay will be considered incidental to the contract. 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. UTILITY CONTACTS Puget Sound Energy (Gas) Century Link Attn: Glenn Helton Attn: Leslie Fergusen 6905 South 228th St 23315 66`r'Ave S Kent, WA 98032 Kent, WA 98032 Telephone: (253) 395-6926 Telephone: (206) 345-3488 Lakehaven Water& Sewer District Comcast Attn: Wes Hill Attn: Bill Walker 31627 1't Avenue S 410 Valley Ave NW, Suite 12-C Federal Way, WA 98003 Puyallup, WA 98371 Telephone: (253)946-5440 Telephone: (206) 255-6975 King County Traffic Operations AT&T Attn: Mark Parrett Attn: Daniel McGeough 155 Monroe Ave NE 11241 Willows Rd NE, #130 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-30 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 Renton, WA 98056 Redmond, WA 98052 Telephone: (206) 296-8153 Telephone: (425) 896-9830 Zayo City of FW IT Dept (City Fiber) Attn: Scott Morrison Attn: Thomas Fichtner 22651 83rd Ave S 33325 8th Ave S Kent, WA 98032 Federal Way, WA 98003 Telephone: (206) 832-4862 Telephone: (253) 835-2547 ADDITIONAL CONTACTS King County METRO Transit South King Fire & Rescue 81270 6th Ave S, Bldg 2 31617 1st Ave S Seattle, WA 98134 Federal Way, WA 98003 Telephone: (206) 684-2785 Telephone: (253) 946-7253 City of Federal Way Police Federal Way School District 33325 8th Ave S Attn: Transportation Department Federal Way, WA 98003 1211 S. 332nd St Telephone: (253) 835-6701 Federal Way, WA 98003 (for officer traffic control scheduling) Telephone: (253) 945-5960 Telephone: (253) 835-6767 (for traffic/ road closure issues) 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016 APWA GSP) 1-07.18[1) General Regur_rernents A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims- made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-31 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 • The consultant that completed the preparation of the engineering design and project plans, and its officers, employees, agents, and subconsultants ® Consultants hired by the Contracting Agency for design, construction support, or materials testing. The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-32 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements—actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-33 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 1-07.18(5)A Commercial General Liabilitv 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 Liabilitv (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance. All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1-07.18(5)J Pollution Liabilit�r (January 4, 2016 APWA GSP) CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-34 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. 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: CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-35 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 Regulatory Distance From Posted Speed Traveled Way (Feep 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: • Schedule A — S 312th St between 8th Ave S and Pacific Hwy S, Schedule B — Hoyt Road SW from SW 326th St to SW 3201h St, Schedule C — 1" Ave S from SW 301St St to City Limit, Schedule D — PVR from S 3201h St to S 316th St, and Schedule E — PVR from S 316th St to S 312th St, only one lane of traffic may be closed to traffic between the hours of 8:OOAM and 4:OOPM. Schedule F — The Ridge, only one lane of traffic may be closed to traffic between the hours of 7:OOAM and 4:OOPM. Approval to close one lane per each direction at the same time will require prior approval by the Project Engineer. • Left turns may be restricted (by the Contractor) within the project limits at the discretion of the Project Engineer. • Any closures outside of previously noticed hours require approval by the City. • If a lane closure is required, at least one lane of traffic (alternating directions/flagger controlled) shall be maintained at all times. • Unless otherwise approved or shown on plans, the Contractor shall maintain two-way traffic during construction. The Contractor shall maintain continuous two-way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two-way traffic to allow one-way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A momentary interruption shall be defined as a period of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. 10 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-36 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 • 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 prior to commencing the barricading of streets, sidewalks and driveways. • The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. • Lane closures shall not impact business accesses. All business accesses will remain open during business hours. ® Lane closures shall not restrict vehicular access for buses through the project site. Bus stops shall remain ADA accessible to pedestrians at all times throughout the project If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and 4. Before 7:00 AM on the day after the holiday or holiday weekend. 1-07.24 Rights of Way CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-37 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-38 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 examples only and the right-of-entry documents should be reviewed by the Contractor to determine all necessary requirements. 1-07.28 Communication with Businesses and Property Owners (April 12, 2018 CFW GSP) Section 1-07.28 is added: The Contractor will be responsible for communicating all work activities with the property owners / tenants that are located adjacent to the project. The Contractor, along with the City's inspector & project engineer, shall have one formal meeting (door-to-door project walk-through) with the property owners/tenants prior to the start of construction. It will be the Contractor's responsibility to initiate and set up the meeting. Thereafter, the Contractor shall keep the property owners / tenants informed of their general work locations and upcoming activities by distributing a monthly status/schedule memo to the businesses. The memo shall be approved by the City's Project Engineer prior to distribution. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Prelimina 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.; CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-39 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 paving working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon two working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-40 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. (May 17, 2018 APWA GSP, OPTION S) Delete the eighth paragraph. Revise the ninth paragraph to read: The Contractor shall comply with the requirements of RCW 39.04.250, 39.76.011, 39.76.020, and 39.76.040, in particular regarding prompt payment to Subcontractors. Whenever the Contractor withholds payment to a Subcontractor for any reason including disputed amounts, the Contractor shall provide notice within 10 calendar days to the Subcontractor with a copy to the Contracting Agency identifying the reason for the withholding and a clear description of what the Subcontractor must do to have the withholding released. Retainage withheld by the Contractor prior to completion of the Subcontractors work is exempt from reporting as a payment withheld and is not included in the withheld amount. The Contracting Agency's copy of the notice to Subcontractor for deferred payments shall be submitted to the Engineer concurrently with notification to the Subcontractor. 1-08.3 Progress Schedule Section 1-08.3 is supplemented with the following: Schedule B — Hoyt Road SW (SW 326th St to SW 320th St): The Contractor shall not start any work within Schedule B until June 1, 2020, unless otherwise approved by the Engineer. The Contractor is restricted to have two (2) schedules under construction at a time unless otherwise approved by the Engineer. "Under construction" for the purpose of this Section means any work up to and including the final pavement overlay. Adequate equipment and forces based on the construction schedule shall be made available by the Contractor to start work immediately upon order of the Engineer and to carry out the schedule to completion of the contract by the date specified. Sidewalk and curb ramps shall be completed within 10 working days of removal. No more than one (1) quadrant may be under construction at a time. Should it become evident at any time during construction that operations will or may fall behind the schedule, the Contractor shall, upon request, promptly submit a revised schedule in the same form as specified herein, setting out operations, methods, and equipment, added labor forces or working shifts, night work, etc., by which time lost will be made up, and confer with the Engineer until an approved modification of the original schedule has been secured. Further, if at any time any portion of the accepted schedule is found to conflict with the contract provisions, it shall, upon request, be revised by the Contractor and the work shall be performed in compliance with the contract provisions. Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided by the Contractor may be withheld. Execution of the work according to the accepted schedule of construction, or approved modifications thereof, is hereby made an obligation of the contract. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-41 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (September 12, 2016 APWA GSP, OPTION A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-42 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. Property owner releases per Section 1-07.24 (March 13, 1995 WSDOT GSP, OPTION 7) Section 1-08.5 is supplemented with the following: This project shall be physically complete within 80 working days. 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 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-43 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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, and other general operations shall be the responsibility of the Contractor. 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. 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-44 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.9(1) Retainage (June 27, 2011 WSDOT GSP, OPTION 1) Section 1-09.9(1) content and title is deleted and replaced with the following: Vacant 1-09.11 Disputes and Claims 1-09.11(3) Time Limitation and Jurisdiction (July 23, 2015 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 2020 ASPHALT OVERLAY PROJECT 2020 SP-45 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 count), RCW 36.01.05 shall control venue and iurisdiction. 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 Agencv 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 (July 23, 2015 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 Contractinq Agency's headquarters is located, provided That where claims subject to arbitration are asserted against a county, RCW 36.01.05 shall control venue and iurisdiction 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: Business Open During Construction Signs The Contractor shall provide a "Business Open During Construction" sign at every non-residential driveway approach within the project limits. Business Open During Construction Signs shall be considered Construction Signs Class A. City of Federal Way Project Signs CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-46 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 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(1)B Traffic Control Supervisor Section 1-10.2(1)B is supplemented with the following: A Traffic Control Supervisor(TCS) shall be present on the project whenever flagging or other traffic control labor is being utilized. The City will not pay for any work performed by the TCS as described under Section 1-10.2(1)B but considered incidental to other bid items. 1-10.20 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-47 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 • 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. 1-10.3 Traffic Control Labor Procedures and Devices 1-10.3(1) 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: CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-48 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 • 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 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 Section 1-10.4 is supplemented with the following: Flaggers and Spotters will be measured by the hour. Other Traffic Control Labor will be measured by the hour. Traffic Control Supervisor will not be measured. Off Duty Uniformed Police Officer will be measured by force account. Construction Signs Class A will be measured by square feet. Portable Changeable Message Signs will be measured per day. 1-10.8 Payment Section 1-10.5 is supplemented with the following: "Flaggers and Spotters", per hour. "Other Traffic Control Labor" per hour. "Traffic Control Supervisor"; incidental to other bid items. "Off Duty Uniformed Police Officer'f per force account. 'Construction Signs Class A'; per square feet. 'Portable Changeable Message Sign', per day. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-49 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 Payment shall be limited to the labor required for flagging and handling signs and traffic control devices which are placed and removed or adjusted daily. It will be the Contractor's responsibility to provide, for the Engineer's concurrence, a detailed summary of time expended on this item at the end of each working day. Pay quantities will be prepared on the basis of these daily summaries. Time which does not appear on these daily summaries will not be honored for payment. All other items of work included in this section and/or which are necessary for traffic control are incidental to the Contract, and no separate payment will be made. This includes but is not limited to: Traffic Control Supervisor, special signs required specifically for the project, costs for cones, barricades, sequential arrow-boards, temporary pavement markings and other construction signing used on the project. Any special signs used will become property of the Owner upon completion of the project and will be delivered to the Owner by the Contractor (refer also to Section 8-30 of these Special Provision). The unit contract price per day for "Portable Changeable Message Signs" shall include all costs for furnishing the PCMS, transporting the PCMS to and from each project site, and maintaining the PCMS. END OF DIVISION 1 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-50 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 DIVISION 2 EARTHWORK 2-01 CLEARING. GRUBBMG. AND ROADSIDE CLEANUP 2-01.1 Description (March 13, 1995 WSDOT GSP, OPTION 1) Section 2-01.1 is supplemented with the following: (City of Federal Way) Clearing and grubbing on this project shall be performed within the limits shown in the plans. 2-01.3 Construction Requirements 2-01.4 Measurement Section 2-01.4 is supplemented with the following: (City of Federal Way) No specific unit of measurement will apply to the force account item of"Roadside Cleanup". 2-01.5 Payment (April 12, 2018 CFW GSP) Section 2-01.5 is supplemented with the following: Roadside CleanUP", farce account. 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 2-02.3(3) Removal of Pavement Sidewalks Curbs and Gutters Section 2-02.3(3) is supplemented with the following: 1. All removed concrete pieces shall become the property of the Contractor and shall be removed from the project. 2. Prior to removal, the Contractor shall make a full-depth vertical sawcut between any sidewalk, curb ramp or curb and gutter that is to remain and the portion to be removed. The sawcut shall be at the nearest joint to form a neat line for removal from the project site. 3. The Contractor shall replace at no expense to the Owner and to the satisfaction of the Engineer any existing pavement, sidewalk, curb ramp, or curb and gutter designated to remain that is damaged during the removal operation. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-51 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 4. The contractor shall make a neat full depth vertical sawcut in the existing pavement at a minimum distance of one (1) foot from the curb and gutter to be removed to provide a large enough area to build to curb and place and compact a pavement section. The approximate thickness of the existing asphalt concrete pavement in the roadway varies. Contractor's attention is also drawn to Section 8-04.3 of the Special Provisions. See Standard Plans for details. 5. The equipment and procedures used to make the full-depth sawcut shall be approved by the engineer. No waste water from the sawcutting operation shall be released directly to any stream or storm sewer system. 6. Extra care shall be taken to protect existing traffic loops that are to remain, when removing and replacing curb and gutter. Any traffic loops damaged by the Contractor shall be replaced at the Contractor's expense. 7. Pedestrian and wheel chair access to sidewalks must be maintained to one side of each street at all times. The Contractor shall only remove and replace existing cement concrete sidewalk(s), curb and gutter(s), curb ramp(s) at one quadrant of an intersection at a time. If it is not possible to restrict access to one side quadrant of a street, the Contractor must provide proper wheelchair accessible pedestrian detours, per the MUTCD, around closed sidewalk areas. 2-02.3(4) Removal of Pavement Markings New Section (City of Federal Way) All pavement markings, including, but not limited to: paint, lane markers, traffic buttons, plastic markings, and adhesive residue shall be removed prior to overlay. This work shall be incidental to other bid items of the contract, and no separate payment will be made. 2-02.4 Measurement (April 12, 2018 CFW GSP) Section 2-02.4 Vacant shall be deleted and replaced with the following: "Asphalt Conc. Pavement Sawcutting" will be measured by the linear foot and full-depth sawcut. "Cement Conc. Sawcutting" will be measured by the linear foot and full-depth sawcut. "Removal of Cement Conc. Sidewalk" will be measured by square yard. "Removal of Cement Conc. Type C Traffic Curb"will be measured by linear foot. "Removal of Mountable Cement Conc. Curb" will be measured by linear foot. Removal of asphalt concrete pavement and base associated with the Removal of Cement Conc. Curb and Gutters, will not be measured, but will be considered as part of "Removal Cement Conc. Curb and Gutter" and " Removal of Cement Conc. Sidewalk". 2-42.5 Payment (April 12, 2018 CFW GSP) CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-52 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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: "Asphalt Conc. Pavement Sawcutting", per linear foot. "Cement Conc. Sawcutting", per linear foot. "Removal of Cement Conc. Sidewalk" per square yard. "Removal of Cement Conc. Type C Traffic Curb", per linear foot. "Removal of Mountable Cement Conc. Curb", per linear foot. "Asphalt Conc. Pavement Sawcutting" will be paid for sawcutting asphalt concrete pavement in front of the curb and gutter. Sawcutting will not be paid for HMA pavement repair. "Cement Conc. Sawcutting" will be paid for sawcutting associated with cement concrete sidewalk, ramp, and curb and gutter removal. The unit contract price per square yard for 'Removal of Cement Conc. Sidewalk" shall include removal, haul, and disposal of existing concrete sidewalk, curb ramps, and curb and gutter. 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 asphalt conc. pavement throughout the project shall be measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will be made. 2-03.3 Construction Requirements Section 2-03.3(14)N Wet Weather Earthwork CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-53 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 (April 12, 2018 CFW GSP) 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 Section 2-03.4 is supplemented with the following: "Roadway Excavation Incl. Haul" measurement for roadway excavation including haul shall be in accordance with Section 2-03.4 of the Standard Specifications. 2-03.5 Payment (April 12, 2018 CFW GSP) Section 2-03.5 is supplemented with the following: "Roadway Excavation Incl. Haul" shall be paid by the cubic yard. No separate payment will be made for haul or wasting excavated material. Payment per cubic yard for "Roadway Excavation Incl. Haul' shall be for pavement repair only. Sidewalk, curb ramp, and curb and gutter removal shall be paid under removal of cement conc. sidewalk. 2-06 SUBGRADE PREPARATION Subgrade preparation for Pavement Repair and Roadway Widening shall be accomplished in accordance with section 2-06. 2-06.3(2) Sub rade for Pavement Section 2-06.3(2) is supplemented with the following: At locations designated in the field by the Engineer, the existing roadway will be widened or reconstructed. The existing and final pavement widths vary, and shall be as determined by the Engineer. 2-06.5 Measurement and Payment Section 2-06.5 is supplemented with the following: All costs for providing materials and construction for subgrade preparation, shall be included in the contract prices for"Crushed Surfacing Top Course for Pavement Repair Incl. Haul', and "HMA Cl. 1/2" PG 58H-22 for Pavement Repair", respectively. 2-07 WATERING 2-07.1 Description Section 2-07.1 is supplemented with the following: CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-54 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 Water required for compacting embankments, construction subgrade, placing crushed surfacing, grinding, pulverizing, dust control, and as the Engineer requires shall be provided in accordance with Section 2-07.3 of the Standard Specifications. 2-07.5 Payment Section 2-76.5 is supplemented with the following: All costs for providing and applying water shall be considered incidental to and included in the unit contract prices for the various items involved. END OF DIVISION 2 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-55 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 3-01 _PRODUCTION FROM QUARRY AND PIT SITES 3-01.4 Contractor Furnished Material Sources 3-01-40) 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 2020 ASPHALT OVERLAY PROJECT 2020 SP-56 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 DIVISION 4 BASES Wherever specifications are made for "Pavement Repair and Roadway Widening" in the following division, they shall also apply to "Shoulder Reconstruction and Shoulder Widening". 4-04 BALLAST AND CRUSHED SURFACING 4-04.1 Description Section 4-04.1 is supplemented with the following: Crushed Surfacing Top Course for Pavement Repair, Incl. Haul shall be accomplished in accordance with Section 4-04 of the Standard Specifications. 4-04.2 Materials Section 4-04.2 is supplemented with the following: 5/8" Minus crushed rock may be substituted for Maintenance Rock for Shoulder Reconstruction. 4-04.4 Measurement Section 4-04.4 is supplemented with the following: "Maintenance Rock for Shoulder Reconstruction, Incl. Haul" will be measured by the ton- 4-04.5 Payment Section 4-04.5 is supplemented with the following: Payment will be made for the following bid items: 1. "Maintenance Rock for Shoulder Reconstruction, Incl. Haul", per ton. The Contract bid price above, including all incidental work, shall be full compensation for all labor, materials, tools, and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. END OF DIVISION 4 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-57 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. 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 Section 5-04.2 is supplemented with the following: All HMA shall be HMA Cl. 1/2" PG 58H-22 Crack Sealing CSS-1 emulsified asphalt Tack Coat CSS-1 emulsified asphalt 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). 5-04.2(2) Mix Design —Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-58 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 All costs in connection with performing the Work in accordance with these requirements, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.343]A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements- 1. equirements: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 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 EgL!jptient 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-59 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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)D Material Transfer Device/Vehicle Section 5-04.3(3)D is supplemented with the following: Delete Section 5-04.3(3)D entirely. 5-04.3MA Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks % 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. ollows:1. Cracks '/ inch to 1 inch in width -fill with hot poured sealant. 2. Cracks greater than 1 inch in width —fill with sand slurry. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-60 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 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 '/ 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)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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-61 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 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(6) illi ixi ng 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: HMA Class 1" 0.35 feet HMA Class V and HMA Class 1/2" CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-62 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 wearing course 0.30 feet other courses 0.35 feet HMA Class %" 0.15 feet 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 j 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: CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-63 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. b. Aggregate Percent Non-Statistical Commercial Evaluation Passina Evaluation 1" W,'/", and 3/8"sieves +/-6% +/-8% No.4 sieve +/-6% +/-8% No.8 Sieve +/-6% +/-8% No. 200 sieve +/-2.0% +/-3.0% c. 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/", '/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)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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-64 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 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' All aggregate passing: 1'/2", 1 3/" '/2" 3/a' and 2 No.4 sieves All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 C 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-65 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 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)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). CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-66 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-67 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. 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 Co_mnaaction -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. 5-04.300)D HMA Nonstatistical Compaction 5-04._3(10AD1 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-68 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. 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) Refect Work 5-04.3(11)A Reject 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 2020 ASPHALT OVERLAY PROJECT 2020 SP-69 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 5-04.301)13 Reiection 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. 5-04.3(11)C Reiection 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. 5-04.303) 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 %6 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 '/ 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-70 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 planning plan must be approved by the Engineer and a pre planning meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals. 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 determined 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-71 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 The Contractor performs the planing operations no more than seven (7) calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the Engineer in writing. 5-04.3(14)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 identify 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. 5-04.3(14)B Paving and Planing Linder Traffic 5-04.3{14)131 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-72 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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)132 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, 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 ar-eas 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-73 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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: 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-74 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. 5-04.3(15) 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. 5-04.4 Measurement Section 5-04.4 is supplemented with the following: HMA Cl. Y2" PG 58H-22 will be measured by the ton. HMA Cl. %2" PG 58H-22 for Preleveling will be measured by the ton. HMA Cl. '/2" PG 58H-22 for Pavement Repair will be measured by the ton. Planing Bituminous Pavement will be measured by the square yard. Tack Coat will not be measured. Soil Residual Herbicide will be measured by force account. 5-04.5 Payment Section 5-04.5 is supplemented with the following: "HMA Cl. 1/2" PG 581-1-22", per ton. "HMA Cl. %2" PG 58H-22 for Preleveling", per ton. "HMA Cl. %2" PG 58H-22 for Pavement Repair", per ton. "Planing Bituminous Pavement", per square yard. "Tack Coat" will be incidental. "Soil Residual Herbicide", perforce account. The unit Contract price per ton for"HMA Cl. 1/2" PG 581-1-22", "HMA Cl. %z" PG 58H-22 for Preleveling" and "HMA Cl. %2" PG 58H-22 for Pavement Repair" 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. "Crack Sealing", by force account. "Crack Sealing" will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. "Planing Bituminous Pavement", per square yard. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-75 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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). END OF DIVISION 5 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-76 RFB#20-001 CFW SPECIAL PROVISIONS VER.2018.12 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-05 MANHOLES. gNl_.ETS. 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 must meet ADA requirements and be slip-resistant. 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 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-77 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 per Section 7- 05.3(6). 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 with asphalt for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. All catch basin frames and grates removed shall remain the property of the City and shall be delivered by the Contractor to the City as directed by the Engineer. 7-05.3(5) Repair, Rebuild or Re-align Manholes and Catch Basins (April 12, 2018 CFW GSP) Section 7-05.3(5) is supplemented with the following: Where existing manholes and catch basins were poured monolithic with the curb and gutter and removal of the adjacent curb and gutter damages the existing structure; or where the horizontal alignment of the existing manhole or catch basin requires re-aligning and adjusting the structure elevation; or where manholes or catch basins are damaged during grinding, the contractor shall remove the existing frame and grate, adjustment bricks and adjustment risers down to the structure base and rebuild the structure per Section 7-05.3. 7-05.3(6) Adjust Existing Utility to Grade (April 12, 2018 CFW GSP) Section 7-05.3(6) is a new section: As shown in the Plans, existing utilities such as monuments, manholes, water valves, and meter boxes shall be adjusted to finished grade. The Contractor CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-78 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 shall familiarize itself with the existing utility locations prior to the beginning of any work. The Contractor shall adjust City-owned utilities. Final adjustment shall be smooth and flush with finished grade. The Contractor shall mark the location of all utilities prior to paving the new surface. Unless otherwise provide in the Special Provisions and Proposal, costs for adjusting utilities to grade, including coordinating the work with other utilities, shall be incidental to the various items of work and no additional compensation will be allowed. Existing facilities shall be adjusted to the finished grade as shown in the Plans and as further specified herein. Existing box, ring, grate, and cover shall be reset in a careful and workmanlike manner to conform to the new grade. Special care shall be exercised in all operations. Any damage occurring to the manholes, concrete catch basins, monument cases, valve boxes, or water mains, due to the Contractor's operations, shall be repaired at the Contractor's own expense. Adjustments shall be made using bricks, concrete blocks, or cement, and the interior of the manhole adjustment shall be mortared smoothly. All covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for referencing and keeping a record of such references of all manholes, catch basins, monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of these references to the Engineer. 7-05.3(7) Re-q_rvut Catch Basin (April 12, 2018 CFW GSP) Section 7-05.3(7) is supplemented with the following: Existing Catch Basins interior walls and joints shall be grouted and watertight as directed by the Engineer. The joints shall be grouted using a 3/ inch layer of non-shrink mortar. Plastered smooth inside the frame and pipe joints. Mortar shall conform to the requirements of Section 9-20.4(3). 7-05.4 Measurement Section 7-05.4 is supplemented with the following: "Adjust Manhole", will be measured per each. "Adjust Catch Basin", will be measured per each. "Replace Existing Frame and Grate with Ergo Frame and Lid and Adjust to Finished Grade", will be measured per each. "Repair or Rebuild Manhole", will be measured per each. "Adjust Existing Utility to Grade", will be measured per each. "Re-grout Catch Basin", will be measured per each. 7-05.5 Payment Payment will be made for each of the following bid items that are included in the proposal: "Adjust Manhole", per each. "Adjust Catch Basin", per each. "Replace Existing Frame and Grate with Ergo Frame and Lid and Adjust to Finished Grade", per each. "Repair or Rebuild Manhole", per each. "Adjust Existing Utility to Grade", per each. "Re-grout Catch Basin", per each CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-79 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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, 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 "Adjust Manhole" and/or "Adjust Catch Basin" and/or "Adjust Existing Utility to Grade" applies to existing storm drainage catch basins, inlets, and manholes that require adjustment to grade by addition or removal of adjustment risers. The unit contract price includes all labor, tools, equipment, and materials necessary to adjust drainage structures to finished grade, sawcutting, temporary patching hot mix to allow for the passage of traffic, restoration of the area around the adjusted structure, and providing new rings and covers or frames and grates. Grade rings and adjustment risers (concrete or high-impact) shall be considered incidental to this bid item and will not be measured for separate payment. The City of Federal Way will provide ERGO heavy duty frames and covers, and Infra-Riser high impact rubber composite adjustment risers for specified manholes or catch basins. END OF DIVISION 7 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-80 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION PONTROL 8-01.3 Construction Requirements 8-01.3(1) General Section 8-01.3(1) is supplemented with the following: (City of Federal Way) The Contractor shall, prior to disruption of the normal water course, intercept the offsite stormwater and pipe it either through or around the project site in such a manner that it is not combined with offsite stormwater and it is discharged at its preconstruction outfall point in such a manner that there is no increase in erosion below the site The method for performing this work shall be included in the Contractor's temporary erosion control plan. 8-01.3MA 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-81 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-82 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 3. The additional daily sampling and reporting measures described in the General Permit to verify when project site runoff is in compliance. 8-01.4 Measurement Section 8-01.4 is supplemented with the following: Inlet Protection Insert will not be measured. 8-01.5 Payment Section 8-01.5 is supplemented with the following: "Inlet Protection Insert" is incidental. All costs associated with the treatment of pH in high pH stormwater or dewatering water shall be included in the applicable concrete, grinding or sawcutting items of work. 8-2 ROADSIDE RESTORATION 8-02.2 Materials Section 8-02.2 is supplemented with the following: Materials shall meet the requirements of the following sections: Soil 9-14.1 Sod 9-14.6(8) 8-02.3(13) Plant Establishment Section 8-02.3(13) is supplemented with the following: (City of Federal Way) Plant establishment shall consist of insuring resumption and continued growth of all planted material including trees, shrubs, ground cover, lawn sod and seeded areas for a period of one (1) year. This shall include, but is not limited to labor and materials necessary for removal and replacement of any rejected plant material planted under this contract. 8-02.4 Measurement The first paragraph of Section 8-02.4 is revised as follows: (City of Federal Way) Sod Lawn, Incl. 4 in Topsoil will be measured per square yard. 8-02.5 Payment Section 8-02.5 is supplemented with the following: (January 14, 2017) "Sod Lawn, Incl. 4 in Topsoil", per square yard. 8-03 IRRIGATION SYSTEMS 8-03.3 Construction Requirements CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-83 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 The first paragraph of Section 8-03.3 is supplemented with the following: (City of Federal Way) 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 repair such damaged facilities to an "equal or better than" original condition. This work will include, but not be limed 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 included in the unit bid item price for Repair Existing Irrigation System per Section 8-03 these Standard Specifications. 8-03.4 Measurement Section 8-03.4 is supplemented with the following: Repair Existing Irrigation Systems will be measured by force account. 8-03.5 Payment Section 8-03.5 is supplemented with the following: "Repair Existing Irrigation Systems" per force account. 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. The existing concrete curb and gutter shall be removed in accordance with Section 2- 02.3(3) which leaves one (1) feet gap. This gap shall have its subgrade prepared and be paved with a minimum of four inches (4") CSTC and three inches (3") HMA Class %" PG 58H -22 (compacted depths), or match existing depths whichever is greater. Total HMA overlay depth shall be 5" thickness minimum. See standard plans for details. Cement Conc. Curb and Gutter at existing curb ramps shall be removed and replaced as shown in the Plans or at designated locations as directed by the City. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-84 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 Cement Conc. Curb forms shall not be removed any sooner than four (4) hours after concrete placement. Mountable Cement Conc. Curb shall be painted with two full coats of paint formula No. H-2-83 or H-3-83 as shown in the Plans or as designated by the Engineer. The paint can be applied by brush or spray. The second coat shall have glass traffic paint beads sprinkled in the wet paint at the rate of 12 pounds per 100 linear foot of curbing. The beads shall conform to the requirements of Section 9-34.4. 8-04.4 Measurement (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. Cement Conc. Curb and Gutter will be measured by linear foot. Mountable Cement Conc. Curb will be measured by linear foot. Removal and Replacement of Extruded Cement Conc. Curb will be measured by linear foot. Cement Conc. Curb and Gutter in front of Curb Ramp shall be incidental to the "Cement Conc. Curb Ramp Type Cement Conc. Barrier Curb associated with ADA ramps shall be incidental to the "Cement Conc. Curb Ramp Type " 8-04.5 Payment (April 12, 2018 CFW GSP) Section 8-04.5 is supplemented with the following: "Painting of curbs, where requires", shall be incidental. "Cement Conc. Curb and Gutter", per linear foot. "Mountable Cement Conc. Curb", per linear foot. "Removal and Replacement of Extruded Cement Conc. Curb", per linear foot. "Cement Conc. Curb and Gutter in front of Curb Ramp", incidental to Curb Ramp Type "Cement Conc. Barrier Curb" associated with ADA ramps shall be incidental to the Cement Conc. Curb Ramp Type _. The unit contract price per linear foot for "Cement Conc. Curb and Gutter" shall be full payment for all incidental work including forms, preparation of subgrade, placement, backfill and compaction, HMA Class 1/2" PG 58H-22 and CSTC for pavement repair, and all other materials, tools, equipment, and labor required for the construction of same. 8-07 PRECAST TRAFFIC CURB 8-07.1 Descrilrtion (December 12, 2012 CFW GSP) Section 8-07.1 is deleted and replaced with the following: This Work consists of furnishing and installing precast traffic curb, block traffic curb, sloped mountable curb, or dual faced sloped mountable curb of the design and type specified in the Plans in accordance with these Specifications and the Standard Plans, in the locations indicated in the Plans or as identified by the Engineer. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-85 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 8-07.2 Materials (August 9, 2014 CFW GSP) Section 8-07.2 is supplemented with the following: Block Traffic Curb 9-18.3 8-07.3 Construction Requirements 8-07,3(1) Installing Curbs (March 30, 2018 CFW GSP) Section 8-07.3(1) is supplemented with the following: For both types of curb, nosing pieces, connecting dividers, and radial sections, as detailed in the Plans, will be required at the ends of the curb lines, at transitions from Type C traffic curb to Type A traffic curb, and at Type A traffic curb installation with radii less than 10 feet. The curb shall be placed no later than seven (7) calendar days after the final lift of paving has been completed in each schedule where required. 8-07.4 Measurement (August 9, 2014 CFW GSP) Section 8-07.4 is supplemented with the following: Precast Dual Faced Sloped Mountable Curb will be measured by the linear foot. Precast Sloped Mountable Curb will be measured by the linear foot. 8-07.5 Payment (August 9, 2014 CFW GSP) Section 8-07.5 is supplemented with the following: "Precast Dual Faced Sloped Mountable Curb," per linear foot. "Precast Sloped Mountable Curb," per linear foot. The unit contract price per linear foot for "Precast Sloped Mountable Curb" and "Precast Dual Faced Sloped Mountable Curb" shall be full payment for all incidental work, including pavement repair and all other materials, tools, equipment, and labor required for the construction of same. 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. 8-13 MONUMENT CASES 8-13.1 Description (March 13, 1995 WSDOT GSP, OPTION 1) CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-86 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 Section 8-13.1 is deleted and replaced by the following: This work shall consist of furnishing and placing monument cases, covers, and pipes in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer. 8-13.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-13.3 is supplemented with the following: The existing cast iron ring and cover on monument cases shall be removed and replaced at the new finished elevation; frame ring extensions may not be used. Contractor shall submit catalog cuts of extensions for approval. Following monument case adjustment, the monument shall be verified for position by the City. If the monument has been displaced by the Contractor's operations, the Contractor shall at his own expense, remove and replace the case and reestablish the monument with a licensed professional surveyor. 8-13.4 Measurement (March 13, 1995 WSDOT GSP, OPTION 1) Section 8-13.4 is deleted and replaced by the following: Measurement of monument case and cover will be per each. 8-13.5 Payment (April 12, 2018 CFW GSP) Section 8-13.5 is supplemented with the following: "Adjust Monument Case and Cover", per each. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Section 8-14.1 is supplemented with the following: Existing cement concrete sidewalks, driveway approaches, truncated dome retrofit and existing curb ramps shall be removed and replaced at designated locations as directed by the City. New curb ramps and warning strips shall conform to the details on the design plans and Current WAC for Barrier Free Design. If any section of sidewalk is damaged due to vandalism, such as writing, by vehicles or pedestrians, the entire section, between joints, shall be removed and replaced, at no cost to the City. 8-14.2 Materials Section 8-14.2 is supplemented with the following: Material requirements for sidewalks shall also be applied to driveway approaches and curb ramps. 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-87 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 (April 3, 2017 WSDOT GSP, OPTION 3) Section 8-14.3 is supplemented with the following: Layout and Conformance to Grades The Contractor shall meet the requirements depicted in the Contract documents. 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-88 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on the Plans. 8-14.3(5) Detectable Warning Surface (April 12, 2018 CFW GSP) Section 8-14.3(5) is supplemented with the following : MMA-Style Truncated Dome Detectable Warning Surfaces applied to asphalt surfaces shall be liquid-applied Vanguard ADA Systems, or approved equal. 8-14.4 Measurement (April 12, 2018 CFW GSP) Section 8-14.4 is supplemented with the following-- Cement ollowing:Cement Conc. Sidewalk will be measured by the square yard. Cement Conc. Curb Ramp Type 1 Parallel will be measured per each. Cement Conc. Curb Ramp Type 2 Parallel will be measured per each. Cement Conc. Curb Ramp Type Perpendicular will be measured per each. Cement Conc. Curb Ramp Type Single Direction will be measured per each. MMA-Style Truncated Dome Detectable Warning Surface will be measured per square feet. 8-14.5 Payment (April 12, 2018 CFW GSP) Section 8-14.5 is supplemented with the following: "Cement Conc. Sidewalk", per square yard. "Cement Conc. Curb Ramp Type 1 Parallel", per each. "Cement Conc. Curb Ramp Type 2 Parallel", per each. "Cement Conc. Curb Ramp Type Perpendicular", per each. "Cement Conc. Curb Ramp Type Single Direction", per each. "MMA-Style Truncated Dome Detectable Warning Surface", per square feet. The unit contract price for the above, including all incidental work, and shall be full compensation for all labor, materials, tools, and equipment necessary to satisfactorily complete the work. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, ELECTRICAL 8-20.1 Description Section 8-20.1 is replaced with the following: All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications and Standard Plans included herein and the following Special Provisions. Work shall include the supply, testing, and installation of loop detectors. The work involves, but shall not be limited to, the following: 1. Loop detection 2. Conduit and wire 3. Pedestrian Push Buttons CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-89 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 The existing traffic signal system shall be kept in full operation during construction until the new system is in place and ready for turn-on. 8-20.1(1) Regulations and Code (March 13, 2012 CFW GSP) Section 8-20.1(1) is supplemented with the following: Where applicable, materials shall conform to the latest requirements of Puget Sound Energy and the Washington State Department of Labor and Industries. 8-20.1(2) Industry Codes and Standards (March 13, 2012 CFW GSP) The following is added at the end of the first paragraph of this section: National Electrical Safety Code (NESC) Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855-1331. 8-20.1(3) Permitting and Inspections (April 12, 2018 CFW GSP) Section 8-20.1(3) is supplemented with the following: The Contractor shall be responsible for obtaining all required electrical permits, including all required City electrical permits. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. 8-20.2 Materials Section 8-20.2 is supplemented with the following: (March 13, 2012 CFW GSP) Control density fill shall meet the requirements of Washington Aggregates and Concrete Association. Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances (Section 9-03.1(5)A of the Standard Specifications). 8-20.2(1) Equipment List And Drawings (January 26,2012 CFW GSP) The first paragraph is deleted and replaced with the following: Within one (1) week following the pre-construction conference, the Contractor shall submit to the Engineer a completed "Request for Approval of Materials" that describes the material proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information shall be submitted for signal, Safe City Cameras and related equipment (Pan-Tilt-Zoom, Fisheye, Bullet and License Plate Reader), electrical and luminaire equipment, all wire, conduit, junction boxes, and all other items to be used on the project. Approvals by the Engineer must be received before material will be allowed on the job site. Materials not approved will not be permitted on the job site. 8-20.3 Construction Requirements 8-20.3(1) General (May 15, 2000 WSDOT NWR GSP, OPTION 2) Section 8-20.3(1) is supplemented with the following: Energized Equipment CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-90 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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: 1. Remove all wires for discontinued circuits from the conduit system or as directed by the Engineer. 2. Remove elbow sections of abandoned conduit entering junction boxes or as directed by the Engineer. 3. Abandoned conduit encountered during excavation shall be removed to the nearest outlets or as directed by the Engineer. 4. Remove foundations entirely, unless the Plans state otherwise. 5. Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Section 2-09.3(1)E. (November 14, 2014 CFW GSP) Section 8-20.3(1) is supplemented with the following: Delivery of Removed Items The Engineer shall decide the ownership of all salvaged signal materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall become the property of the Contractor, except the existing controller cabinet and all its contents shall remain as property of the City. Removed signal and electrical equipment which remains the property of the City shall be delivered to: CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-91 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 King County Signal Shop Attn: Mark Parrett 155 Monroe Avenue NE Renton, Washington 98056 Phone: 206-396-3763 Forty eight (48) working hours advance notice shall be communicated to both the Engineer and the Signal Technician at the address listed above. Delivery shall occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material will not be accepted without the required advance notice. The Contractor shall be responsible for unloading the equipment where directed by the Engineer or Signal Tech at the delivery site. Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's satisfaction at no cost to the City. 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- CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-92 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 way and outside the traveled way shall have a minimum of twenty-four inches (24") cover over conduits. Such trenches shall be backfilled with bedding material two inches (2") above and below the conduit, with the remaining depth of trench backfilled with bank run gravel unless the Engineer determines that spoils from the trench excavation are suitable for backfill. 5. When trenches are not to be placed under sidewalks or driveways, the backfill shall match the elevation of the surrounding ground, including a matching depth of top soil, mulch and/or sod if necessary to restore the trench area to its prior condition. 6. Contractor shall use joint trench where possible. 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-93 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: 1. Contact the Engineer and determine if there is an alternative location for the foundation,junction box, vault or conduit trench. 2. If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. 3. If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8-20.3(4) Foundations (December 18, 2009 CFW GSP) Section 8-20.3(4) is supplemented with the following: Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. Pole foundations within the sidewalk area shall be constructed in a single pour to the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in a separate pour. Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot by 4-inch-thick cement concrete pad set flush with the adjacent ground. Where the pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the pad shall be flush with the sidewalk. A construction joint shall be provided between the two units. The foundation for the controller and service cabinets shall conform to the detail on the Plans. Conduits shall be centered horizontally except service conduit, which shall be placed at the side of the power panel. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-94 RFB#20-001 CFW SPECIAL PROVISIONS VER.2018.12 Foundations for Type I traffic signal poles shall conform to Standard Plan J- 21.10-01. Foundations for Type II and Type III traffic signal poles shall conform to details on the Signal Standard Sheet in the Plans. Foundations for streetlight poles shall conform to City of Federal Way Drawing Number 3-39 except that foundation depth shall be as noted on the Illumination Pole Schedule. 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,(5) Conduit B-20.3(5)A General (March 16, 2011 CFW GSP) Section 8-20.3(5) is supplemented with the following: All conduit trenches shall be straight and as narrow in width as is practical to provide a minimum of pavement disturbance. When conduit risers are installed, they shall be attached to the pole every 4 feet and shall be equipped with weather heads. Conduit for the service wires between the Puget Sound Energy pole and the service panel and all above ground conduit shall be hot-dip galvanized rigid steel. All conduits shall be clearly labeled at each junction box, handhole, vault or other utility appurtenance. Labeling shall be permanent and shall consist of the owner/type name and a unique conduit number or color. The owner name shall be approved by the Engineer prior to starting work. The recommended owner/type abbreviations are: PSE— Puget Sound Energy QWEST—Qwest COMCAST(AT&T)/C — Cable 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)B Conduit_Typ� (March 16, 2011 CFW GSP) Section 8-20.3(5)B is supplemented with the following: CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-95 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 All conduits for signal cable raceways under driveways shall be rigid galvanized steel or Schedule 80 polyvinyl chloride (PVC). Whenever PVC conduit is used a ground wire shall be provided. 8-20.3(5)E3 Boring (October 16, 2006 WSDOT NWR, OPTION 1) Section 8-20.3(5)E3 is supplemented with the following: In addition to the requirements for boring with casing, the Contractor shall submit to the Engineer for approval a pit plan and a proposed method of boring that includes, but is not limited to, the following: 1) A pit plan depicting: a) Protection of traffic and pedestrians. b) The dimension of the pit. c) Shoring, bracing, struts, waters 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)8 may be used to seal the casing. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes (March 13, 2012 CFW GSP) Section 8-20.3(6) is supplemented with the following: Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable vaults and pull boxes shall not be placed within the traveled way or shoulders. All junction boxes, cable vaults, and pull boxes placed within the traveled way or paved shoulders shall be heavy-duty. Junction boxes shall not be located within the traveled way, wheelchair ramps, or driveways, or interfere with any other previous or relocated installation. The lid of the junction box shall be flush with the surrounding area and be adequately supported by abutting pavements or soils. Junction boxes, cable vaults and pull boxes which are placed within the sidewalk shall have slip resistant lids which meet the requirements of Americans with Disabilities Act (ADA) and Public Right-of-Way Accessibility Guideline (PROWAG). Approved products are: 1.) Mebac1 (their most aggressive surface) manufactured by IKG Industries 2.) SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-96 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. 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: CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-97 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. 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: CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-98 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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: 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-99 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 The following is inserted between the 11th and 12th paragraphs of this section: Field Wiring Chart (IMSA Standards) 501 +Input 506 AC+Control 511 Remote-All Red 502 AC- 507 AC+Crosswalk 512-520 Special 503 AC+Lights 508 AC+Detectors 551-562 Interconnect 504 AC+Lights 509 AC+12 Volts 593-598 Rail Road Preemption 505 AC+Lights 510 Remote-Flash Phases 1 2 3 4 5 6 7 8 A B Emergency Orange (B+) 581 584 587 590 ..... ....__1111 _... 11.1..._....1. .1.1...1......1............... Vehicle Yellow (Call) ......... 582 585 588 .—,. 591 ^ Preemption Blue (BB) 583 586 ...... ....., _..__589 592........................_................ _ 1111...._........... . Red 611 621 631 641 651 661 671 681 691 601 . _ _.. Orange 612 622 632 642 652 662 672 682 692 602 1111_.._ 1111... 1111... ..__ Vehicle Green 613 623 633 643 653 663 673 683 693 603 ................ ------- - --1111 1111---...._ ........_...... . ............_ . Heads Black 614 624 634 644 654 664 674 684 694 604 m......................_................................m......................................... ...... ........ ... ........... ... ......._---... ....1.111.-..... ....__.................................... White 616 626 636 646 656 666 676 686 696 606 (Common). . 1.-......... . ......_........ -1-........................ Red Hand 711 721 731 741 751 761 771 781 791 701 Green (Man) 712 722 732 742 7512-1111.1.7.62-1.1 772 782 792 702 Pedestrian White (Common 716 726 736 746 756 766 776 786 796 706 Heads and for LightsOrange )(Push button) PPB 714 724 734 744 754 764 774 784 794 704 _ _ _.. - _..................... ---,.._.._.._......._..- 1,,111_----------------_ _.. . -- --..... Black (Common 715 725 735 745 755 764 775 785 795 705 for Push button) Loop 1 811 821 831 841 851 861 871 881 891 801 ... ......... Loop _..._ 1 812 822 832 842 852 862 872 882 892 802 .........._....,__,,..__ _.. .... Loop 2 813 823 833 843 853 863 873 883 893 803 . __....... - -- ..1111 Vehicle Loop 2^ 814 824 834 844 854 864 874 884 894 804 .. Detectors Loop 3 815 825 835 845 855 865 87'5 885 895 805 ...... .. .... ... Loop 3 816 826 836 846 856 866 876 886 896 806 ..... _. ... _ 1111 Loop 4 817 827 837 847 857 867 877 887 897 807 _....__.-------------- _......---------- Loop 4........ 818 828 838 848 8.5.8-".-..868---878 888 898 808 ............_...................... _... _. 1111.._ 11,,11. . _ Loop 1 911 921 931 941 951 961 971 981 991 901 ....................... ........ .... .......................... ... Loop 1 912 922 932 942 952 962 972 982 992 902 ..............................,... _. _1111 ._........ .. Vehicle Loop 2 913 923 933 943 953 963 973 983 993 903 ......... .. _._1111. 1111 .._ Detectors/ Loop 2 914 924 934 944 954 964 974 984 994 904 ..............m.......................... Count Loop 3 915 925 935 945 955 965 975 985 995 905 ......................._......I......... ....._. . .__11 .1... . .1__.._. Loops Loop 3 916 926 936 946 956 966 976 986 996 906 ._-......._.......__ ... .. . . .. . . . Loop„4 ..mm ,.Tm. ............_....917 927 937 947 957 967 977 987 997 907 11 m...._....,. ..............11.1.1. Loop 4 918 928 938 948 958 968 978 988 998 908 8-20.3(3) 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SPA 00 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 from the service serving the raceway system of which the existing junction box is a part. (March 13, 2012 CFW GSP) Section 8-20.3(9) is supplemented with the following: Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction boxes and any modified existing junction boxes. For the purposes of this section, a box shall be considered "modified" if new current-carrying conductors are installed, including low-voltage conductors. At points where shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. Junction box lids and frames shall be grounded in accordance with Department of Labor and Industries standards, and shall be grounded so that the ground will not break when the lid is removed and laid on the ground next to the junction box. All conduits which are not galvanized steel shall have bonding wires between junction boxes. Ground rods shall be copper clad steel, 3/-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. 8-20.3(14)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)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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-101 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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: 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SPA 02 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. Connect the detector lead-in cables in the controller cabinet. (October 5, 2009 WSDOT NWR— OPTION 4) Section 8-20.3(14)D is supplemented with the following: Existing Loop Test When two-conductor shielded detector lead-in cable is scheduled to be installed and spliced to an existing loop, the Contractor shall perform the following: 1. Disconnect the existing loop from the detector lead-in splice. 2. Megger test the existing loop wire. A resistance reading of less than 100- megohms is considered a failure. 3. Loops that fail the test shall be replaced and then retested. 4. After the final testing of the loops, the detector lead-in cable installation shall be completed and the loop system tested according to Tests A, C and D. (March 31, 2012 CFW GSP) Section 8-20.3(14)D is supplemented with the following: Test A — The resistance shall not exceed values calculated using the given formula. Resistance per 1000 ft of 14 AWG, R = 3.26 ohms/ 1000 ft R = 3.26 x distance of lead-in cable (ft) 1000 ft Test B and Test C in this section are deleted and replaced with the following: Meggar readings of the detection wire to ground shall read 200 megohms at the amplifier connection. The 200 megohms or more shall be maintained after the splices are tested by submerging them in detergent water for at least 24 hours. The tests will be conducted with County personnel at the request of the Contractor. All costs incurred to meet this minimum standard will be the responsibility of the Contractor. 8-20.3(18) Pedestrian Pushbuttons 8-20.3(18)A Materials Section 8-20.3(18)A is supplemented with the following: The Pedestrian Pushbutton and Foundation shall consist of the following components. 1. Foundation, including excavation, haul, and forms CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-103 RFB#20-001 CFW SPECIAL PROVISIONS VER.2018.12 2. Pole assembly and hardware 3. Pushbutton and sign assembly 4. Trenching, installation of new conduits, backfill, and surface restoration. 5. Wiring and enclosures 8-20.3(18)B Construction Requirements Section 8-20.3(18)A is supplemented with the following: The Contractor shall remove and replace Campbell Company's Accessible Pedestrian Pushbuttons for the following locations. SW Corner of S 312"' St and 8th Ave S 1. Construct 1 new foundation and pole and install 1 new Pedestrian Push Button (PPB) per WSDOT Standard Plan J-20.10-02, Plan sheet A02 and Detail sheet A10. 2. Remove and dispose 1 existing Pedestrian Push button from traffic signal pole. The Contractor shall provide and install accessible pedestrian pushbuttons as shown on the plans. The position of the accessible pedestrian pushbuttons shall be 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. The sign legend to be used shall be sign designation R62e as shown in the Standard Details and shall be nine (9) inches by fifteen (15) inches. All mounting bolts shall be non-corrosive stainless steel. The pedestrian pushbutton housing shall be aluminum and shall be painted black. Unit(s) shall operate at a temperature range of-35C to 85C. Power requirements shall be 120 VAC, 60 Hz (100 ma, typical +/- 20%). 8-20.4 Measurement Section 8-20.4 is supplemented with the following: "Pedestrian Pushbutton and Foundation"will be measured by lump sum. "Detector Loop"will be measured by each. 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: "Detector Loop", per each. "Pedestrian Pushbutton and Foundation", per lump sum. The contract bid price for the above, including all incidental work, and shall be full compensation for all labor, materials, tools, and equipment necessary to satisfactorily complete the work. The unit contract price per lump sum for "Pedestrian Pushbutton and Foundation" shall be full compensation for full and complete installation including foundation construction and restoration, acquisition and installation of pole, base and hardware, push-button, CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-104 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 controller, wiring, and signs such that the installed unit is fully operational per this specifications. The unit contract price for "Detector Loop" shall be full compensation for full and complete installation including wire, sealant and all other labor, materials, tools and equipment required to complete the installation in accordance with the Plans, specifications, and Standard Plans. The unit price shall also include providing and installing loop home runs, conduit stub-outs, and soldered splices. Sawcutting shall be considered incidental to the loop installation. Payment shall not be made for this item until the loop is fully functional as determined by the Engineer. SECTION 8-21 PERI'iAANENT 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. 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(1) Location of Signs Section 8-21.3(1) is replaced with the following: Sign is located in the plans by reference to a general stationary monument and shown an estimated distance for installation and placement. No survey stations are provided, but dimensions are shown. These are tentative locations, subject to change by the Engineer, and shall be field verified by the inspector prior to installations. Timber posts and break away pole lengths shall be per the plan details. Sign heights shall be per the plan details. 8-21.4 Measurement (April 12, 2018 CFW GSP) Section 8-21.4 is deleted and replaced with the following: "R9-3A Sign and Post" will be measured on a lump sum. 8-21.5 Payment. (April 12, 2018 CFW GSP) Section 8-21.5 is deleted and replaced with the following: "R9-3A Sign and Post", per lump sum. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SPA 05 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 The unit contract price per lump sum for "R9-3A Sign and Post" will be full compensation for the costs of all labor, tools, equipment, and materials necessary or incidental to furnishing, installing signs and posts as shown in the Plans. 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. 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-106 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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. 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: All pavement markings, including, but not limited to: paint, lane markers, traffic buttons, plastic markings, and adhesive residue shall be removed prior to overlay. This work shall be incidental to other bid items of the contract, and no separate payment will be made. 8-22.4 Measurement (December 13, 2012 CFW GSP) Section 8-22.4 is supplemented with the following: Removal of Pavement Markings will not be measured. 8-22.5 Pa ment (April 12, 2018 CFW GSP) Section 8-22.5 is modified as follows: "Paint Line", per linear foot. "Painted Wide Line", per linear foot. "Painted Bicycle Lane Symbol", per each. "Profiled Plastic Line", per linear foot. "Plastic Edge Line", per linear foot. "Profiled Plastic Wide Line", per linear foot. "Plastic Crosswalk Line", per linear foot. "Plastic Stop Line", per linear foot. "Plastic Traffic Arrow", per each. The unit contract price for the above, including all incidental work, and shall be full compensation for the costs of all labor, tools, equipment, and materials necessary or incidental to removing all types of markings and disposing of offsite. 8-23 TEMPORARY PAVEMENT MARKINGS CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-107 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 Section 8-23 is supplemented with the following: All costs in connection with the use of reflective traffic tape as temporary pavement markings shall be incidental to other bid items. All costs for paint lines and reflective pavement markers used for temporary traffic control shall be paid under other bid items. Temporary Pavement Markings Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or roadways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of the temporary pavement markings. The temporary pavement markings shall be installed and maintained to the satisfaction of the Engineer until the permanent pavement markings are installed and approved in writing by the Engineer. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern based on a 10-foot unit consisting of a 1 foot line of tape and a 9-foot gap, unless otherwise specified in the Plans or in the Special Provisions for this Contract. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than 2 weeks without the written approval of the Engineer. The Contractor shall provide paint lines per Sections 8-22 and 9-34, and RPMs per Sections 8-09 and 9-21, at the direction of the Engineer for temporary pavement markings for construction staging. Paint lines shall be provided for temporary pavement markings for any conditions not applicable for reflective tape. Paint lines and RPMs for temporary pavement markings shall be paid under"Paint Line" and "Raised Pavement Marker Type 2". Temporary pavement marking shall be per Section 5-04.3(17) of these Special Provisions 8-23.4 Measurement Section 8-23.4 is modified and replaced with the following Temporary Raised Pavement Markers will not be measured. Temporary Pavement Marking will not be measured. 8-23.5 Payment Section 8-23.5 is supplemented with the following: "Temporary Pavement Marking", incidental to pavement markings. END OF DIVISION 8 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-108 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 DIVISION 9 MATERIALS 9-03 AgGR GATES 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" square ' 100 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'/- 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 2020 ASPHALT OVERLAY PROJECT 2020 SP-109 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 9-14.6(8) Sod (April 12, 2018 CFW GSP) Section 9-14.6(8) is supplemented with the following: Sod Lawn shall be three-way Tall Fescue Blend Sod, 33.33% Firecracker LS Tall Fescue, 33.33% Spyder LS Tall Fescue, 33.33% Raptor II Tall Fescue with degradable netting, or approved equal. SECTION 9-18 PRECAST TRAFFIC CURB ANIS BLOCK TRAFFIC CURB 9-18.3 Vacant (December 12, 2012 CFW GSP) Section 9-18.3 is deleted and replaced with the following new Section: 9-18.3 Block Traffic Curb In construction of the block traffic curb, the Contractor shall have the option of using either length block shown in the plans, provided the same length block is used throughout the entire project. The curb units shall be made from portland cement and high quality sand and gravel, the proportions of which will be left to the discretion of the producer as long as the unit develops a minimum compressive strength of 1,600 psi at 28 days when tested for end loading. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SPA 10 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 The proportions of sand, gravel, and cement, the type of forms used, and the method of compacting the concrete in the forms shall all be such that as dense, smooth, and uniform a surface as is practicable for a concrete masonry unit is obtained on the finished curb units. The faces that are to be exposed shall be free from chips, cracks, air holes, honeycomb, or other imperfections except that if not more than 5 percent of the curb units contain slight cracks, small chips not larger than 1/2 inch, or air holes not more than '/2 inch in diameter or depth, this shall not be deemed grounds for rejection. The units used in any contiguous line of curb shall have approximately the same color and surface characteristics. SECTION 9-21 RAISED PAVEMENT MAR! EPS fREMl 9-21.2(1) Physical Proeerties (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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-111 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 (January 8, 2013 CFW GSP) Section 9-28.8 table is deleted and replaced with the following: Maximum Dimension Blank Thickness Less than 30 inches 0.080 inches ' Greater than 30 inches, less than 48 1 0.100 inches 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. SECTION 9-29 ILLUMINATION. SIGNAL, ELECTRICAL 9-29.1 Conduit Innerduct and Outerduct (June 5, 2000 WSDOT NWR) Section 9-29.1 is supplemented with the following: Conduit Coatings Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings are not allowed. Steel conduit entering concrete shall be wrapped in 2-inch-wide pipe wrap tape with a minimum 1-inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-112 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 (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. 9-29.10Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings (August 10, 2009 WSDOT NWR) Section 9-29.1(1) is supplemented with the following: Conduit Sealing Mechanical plugs for cabinet conduit sealing shall be one of the following: 1. Tyco Electronics -TDUX 2. Jackmoon —Triplex Duct Plugs 3. O-Z Gedney—Conduit Sealing Bushings The mechanical plug shall withstand a minimum of 5 psi of pressure. 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances (August 10, 2009 WSDOT NWR) Section 9-29.1(2) is supplemented with the following: Conduit Coatings Electroplated couplings are not allowed. (March 4, 2009 WSDOT NWR)) Surface Mounting Conduit Attachment Components Channel supports and all fastening hardware components shall be Type 304 stainless steel. 9-29.2 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 Both the slip-resistant lid and slip-resistant frame shall be treated with Mebac#1 as manufactured by IKG industries, or SlipNOT Grade 3-coarse as manufactured by W.S. Molnar Co. 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; or "SY for SlipNOT Grade 3-coarse) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 9-29.20A Standard Duty Cable Vaults and Pull Boxes (April 12, 2018 CFW GSP) Section 9-29.2(2)A is supplemented with the following: Both the slip-resistant lid and slip-resistant frame shall be treated with Mebac#1 as manufactured by IKG industries, or SlipNOT Grade 3-coarse as manufactured by W.S. Molnar Co. Where the exposed portion of the frame is 1/2 inch wide or less the slip-resistant treatment may be omitted CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-113 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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; or "SY for SlipNOT Grade 3-coarse) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 9-29.2(5)E Fiber Vaults (March 15, 2012 CFW GSP) Section 9-20.2(5)E is a new section: Where fiber vaults are called for on the Drawings, the Contractor shall provide pre-cast utility vaults meeting ASTM C 478 with twenty-eight(28) day 5500 psi minimum compressive strength concrete and designed for H-20 loading unless otherwise indicated on the Drawings. The communications/fibers vault, shall be a type 444-LA manufactured by Oldcastle Precast, Inc. or approved equivalent, or a WSDOT Pull Box or cable vault per WSDOT Standard Plan J.90.10 and J.90.20. The fiber vaults are to be provided with a racking hardware package for cable storage and mounting of the splice case. The vault cover shall have a bolt-down, non-skid surface and a ground strap. Fiber vaults shall contain a splice enclosure. Fiber Optic Splice Closure shall be a Coyote Closure manufactured by Preformed Line Products or equivalent, shall be suitable for both vault and aerial applications, and shall meet the following requirements: 1. Be made of two injection-molded high-density thermoplastic shells, be 22 inches in length and 6 inches in diameter, and have capacity to store up to four splice trays. 2. Each splice case shall have two end plates; one end plate shall have no ports, the other endplate shall consist of a three section end plate with six ports - two 3/4-inch ports and four 7/8-inch ports. Each unused port shall have a grommet installed. The end plates shall be durable glass-filled high-density thermoplastic shells. 3. The splice enclosure shall be suitable for outdoor applications with a temperature range of-10°C to 60°C. 4. The splice enclosure shall provide sufficient space to allow entry of fiber optic cable without exceeding the cable minimum bending radius. 5. The enclosure shall protect the splices from moisture and mechanical damage and shall be resistant to corrosion. 6. The enclosure shall be waterproof, re-enterable and shall have a neoprene gasket sealing system to prevent water from entering. 7. The enclosure shall permit selective splicing to allow one or more fibers to be cut and spliced without disrupting other fibers. 8. The enclosure shall have strain relief for the cable to prevent accidental tension from disturbing the splices. 9. Each splice tray will be able to store 36 splices securely. Each splice shall be individually mounted and mechanically protected on the splice tray. Vinyl markers shall be supplied to identify each CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-114 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 fiber spliced within the enclosure. 9-29.3 Fiber Optic Cable, Electrical Conductors and Cable (December 13, 2012 CFW GSP) Section 9-29.3 is supplemented with the following: Video cable from the camera (sensor) to the controller cabinet shall conform to the video detection manufacturer's recommendations. 9-29.3(2)F Detector Loop Wire (April 12, 2018 CFW GSP) Section 9-29.3(2)F is modified as follows: Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to IMSA Specification 51-7, with cross-linked polyethylene (XLPE) insulation encased in a polyethylene outer jacket(PE tube). 9-29.3(2)H Three-Conductor Shielded Cable (March 13, 2012 CFW GSP) Section 9-29.3(2)H is supplemented with the following: Lead-in cable back to the controller for pre-emption units shall be GTT detector 138 cable or equivalent. 9-29.3(2)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. 9-29.19 Pedestrian Push Buttons (August 1, 2012 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: 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 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SPA 15 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 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 Standard Elements "S" Series 12 1700 80-100 85-100 14 1410 45-80 70-96 16 1180 5-40 50-90 18 1000 0-20 5-60 20 850 0-7 0-25 30 600 C 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SPA 16 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. Reflectance Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity is averaged over many readings. Minimum Retro reflectivity results represent average performance for smooth pavement surfaces. Values represent both standard and "S" Series elements. Results may vary due to differences in pavement type and surface roughness. Increased element drop rate may be necessary to compensate for increased surface area characteristic of rough pavement surfaces. The initial retro reflectance of a single installation shall be the average value determined by the measurement procedures outlined in ASTM E 1710, using a 30-meter (98.4 feet) retro- reflectometer. RL shall be expressed in units of millicandelas per square foot per foot- candle [mcd(ft-2)(fc-1)]. The optics incorporated into the pavement marking system shall be tested and certified by an independent laboratory to meet ASTM E2177 for wet-recovery and ASTM E2176 for wet-continuous performance levels. The pavement marking system installed shall meet a minimum Dry reflectance value of 700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement markings and wet-recovery (as described by ASTM 2177) reflectance value of 375 MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement markings, and wet-continuous (as described by ASTM 2176 testing) reflectance values of 150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow pavement markings as measured with a 30 meter device approved by the Traffic Engineering Division (TED). The Contractor will be required to take and record readings every 500 feet utilizing a 30 meter device approved by the Traffic Engineering Division. These readings shall be recorded on the daily report and submitted to the project engineer at the end of each work day or shift. Minimum Initial Retro Reflectance Values White Yellow Dry(ASTM E1710) 700 500 Wet recovery (ASTM E2177) 375 280 Wet continuous (ASTM E2176) 150 125 J END DIVISION 9 CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT 2020 SP-117 RFB#20-001 CFW SPECIAL PROVISIONS VER. 2018.12 N Orm 0 rrr�1 Z Z< 1 fZm Lv O O �Z�p 2-n0 yvm O z t ror�1 m 0 DOmmn m<`L AL A`r Ani GOKx ym 00 mOZy OmC 1�..���..'�`s.,_:�]Jm�.Z.m T a N. Mz0O rp/1 mA�-1 TZ� �'�` n 1 OAS z1OZ p0 Nin ym�41 Ul ���=,-�4r• AOS �mz41 �Z ��fn I z0� m ;YJ F, yoL ITl 1"V) 0 Mc lmz J xx� . M-1 rv0 �/ I -mo0 i MIN. Z 0 Z { [7 I mv0v 427 O Z y�r1 1m� mm�z� yz .�, moo n = <tl D EFITH OF SAWCUT A Ox .0-4 0 �`„-yim 25/6"MIN.-3'MAX. 0 4 a w � ? L.z 0 m_+ �y O>Z Ue,l'li lF-.iSrHIJ.T OR x z m z .....-- ., F nm T.C) z m `OD :'F•.t=PJTG':h,..RET- � I NZQ N �•i k In m 000 z T1 Z L 1 0 z v m -Z ENO m mx v Z� am ~pm 1yAr C mm z1 a 0L moo Z me M io00 G 0 n I../ n u mo-0is Q A j 1 _I mm0z mZ = nO '' Q m D7 mo m m Z o X c mn m r� D A n zxn = 0 zv 9 z r n M O M a, _ 4 4 --- ,' mr z m On DEPTr-GF SA'ACU-r v mo OCG' z 3* m m OEFiH OF AaF�aA.T GIx znT N m O CL•MEI'lTCD':CR[TC IP m i1 Z.r: '.�1 1 A pm n mM I!t ooma -{ �I ° �.'o. 0p4vim 0 3 M cg Q m M zo mmmv mgr p ov z :L; Z o4 0 m41�= i Pzz 1 Q 'i T �mrr}�10 hymn nfm0 rr,. 0 C7 r �OC DOO ?nx � o 'a 2'-0" MINIMUM FROM yr mG'AM >f Z 990 z FUP G"r PA'iLD URFACE �m Ham vat ?('�px C C. 0:9 Ham afpilm �lA p110p y 1 y NOL r m ❑ Y mDA Rl n n n z z co RI D m tl n n 0 ma e o o m Z o Z o m C 4` ".e 4" m 't7 g J M> MO Z A �D 4� 5r mL L m N i yjl - -=..lr 2„•7' v O z f�i l�" rn m O Z m Z AZ o Li 6",? SO DEPTH OF SAWCUT m �� m r 2 516"MIN.-3'MAX. Omr o00 �..._ m0 Zn O may v9 0,L yon 'C''cy DEPTH OF ASPHALT OR aZ v� � n mo=o o� ctaasNTG r:c err p TAZ yzos Lm 00 Oo n 00 411 nX ❑ AO AO a r Ol 7t A N Z 1 Y O rl�� G- yy O Z1� rm rn0 m= Dr. Y� Om L N O N $ '• =m o O y m T RI rm ZO �z �- OA m x m *. = s0 w'= N N Fm g .4.a az o y mN Nm awc o`» o,��m r iO� g0 zgm D n 7 �,r srN 520 `:1 Olp zm Z ym N Q N N� CD1 OSy »'Cj �NW� z a CL r. m N O rD DI .-we 1.. s m a �O Olj cam mtly Omm .vs S^0 S .+= n' o a r O O A♦`' �y�^L . z N to Z m -0 v L\'VW.y_ n s ll a L � aMo _ 3 �5 � x Zopa �(� m., p Sf a D0 03 Mn - O y N v %� �$ CL N �0_�i OT yi= NDN m - os N u N O m 0C m ro SERIES CONNECTED LOOP 1-2 COUNT DETECTOR LOOP 3 POSTED (DRAWING NOT TO SCALE) SPEED (MPH) S1(FT) S2(FT) NOTES: 1. USE XYZ LOOP NUMBERING 25 -- 105 SCHEMATIC, WHERE: X IS THE PHASE# 30 - 140 Y IS LANE# FROM INSIDE Z IS LOOP# FROM STOPBAR 35 - 185 2. USE 3'X 25' LOOP FOR BIKE LANES 40 115 230 3. PHASE 2 IS ALWAYS NORTHBOUND THRU DIRECTION O 45 155 285 O a 4. ALL LOOPS SHALL BE CIRCULAR w O 50 195 340 0 w w U Z *ADVANCE LOOPS ARE NOT z p REQUIRED FOR TURNING LANES - Q & MINOR THROUGH LANES O O � 3 3 z 6 Z 3 ❑ -- - o w r J O N w J)W 2A 213 0 1A 113 i9 Lor STOP LINE REV MAR 2011 �"�oQpaOWRY WORKS SIGNAL LOOP SCHEMATIC D3 44 DRAWN BY: FERN LIDDELL D rZ t —D � I m _-� D° _ - -• I z _ > m $� p I D m m _ ,.- IIIcrI • m0 m zoZ W zl_ I'� mo m D Z n O D 'n 1 I P Z D0 0 p Z o m0 v omm 3 omr I A m3 � �- mm t� 1 vmp 1to 4y v iNmm II m mm NII F NTD 1 ' -. I TD r-U > �Y I S� D mTmn y �Y. my T.m } T A:1. ".. r zm 4 rn m. 1`1 t zAm1 - m rI o m Z 1 G-t)E" o K 0 m Z mr ..... z �!aD n ' BREAK m>f me z z _ mQ m . ' .?k.:: �-.t ppm y t n �1' t z Z m mnT. z c G) n p� R> mp v mD D on `im D my 3 mT g nn l .ifr,iicii GRADE 1 az y 3 rn v o c `'i.. L) p z u r� r N BREAK m p i m A �m c mm ''::• - m0t. m O 0o m i Dp m ^!1 y O 0 0N0 O 0 v CV � D xl !. A A T. m c m �., y m Z1 m y O p mm D D m O mM13 m y Tp Z 0 3 y0 •• m 0 T ZDn m p'! O ti� �� m A� O C OmD mD O I x �.I nm O m nom m 0 m mD ZG) 7c 55m D� I y� r O D 0 f7i m Z x m Ul CCm) mZ j0 j0 mxy mz - 3 z0 D Z _1- - omm m j - F N 3 m .._—_.. maD m m N5 Z m m0 CO) P .° w`-T'Z .ZI z D �f}'� O N m z C Z ..---•...... —__.. i. -- mm m C m m x pD r S: z D Y z p C A ZO y.ZI O m� pv D �....E o= m0 _ G) m0 x O c)m z �- Y T m `"c! ggz n on W = 0wl0 ', 1 m - m 2 O f BIIAIM� L.i.. �� A �.ql:u.....� �m DT ZTm C N j D 15'MAX. 15'MAX, n 3 _ p D o x D c Z 7cx x� mmD W < z mm > D .. M v z Z N n O Z r C> .n m l D m n Nym m mmr2 _ T 1 m+ �6'MINA 0�A D Z o M–z m >DY ��Z 24.1 mm0 1 C 4. !L) mZ �1 � r mmm r O - Z 'a -� �5or m cc�mi O v ;'I .! c r� po= °cjm m r I" G):n ��' (A mTj mm m O 2;C z mDm 1 =i 2 mo n Oi0a90 n0� L) Omm m v v A zx �O �- �D? umiOD p C mT m v Nr i o c - m mom � co � rn Cn s w N � z mm z m O _ m A mSD-� I mm`2 Cr[nS ��, fn Oma, 1 0•j _U ID�;F. � o�m � m D W mg o z� �„ � mm mR m vm ����om �mnm m vm c 0 oo --z ° „� �n m >rr '�-•m '� L)Z L) = yT ! l0 O C (n �Q O O O m O m n�� CD O my 2 Dc0 mp LZ7 O 3� p y Qm `< °:y u!R nn ��- a5r m 3 - 3Cl) C �'n N m I m o Ip a m ��D m 6Q R, a �c " v2 c 0 ° m R 6 p D tlO �O Q 06 m y -- O Jc n -m_-�m S N m G i � ..� 3 m mm d t°m m o mmmmym mmm°i o m Z -J D � aQ� m a o � o -o �vn!5. to N Z n y R a m m m m S Cl C C N m m C m N DDD (7 A »l m F m m N N N N n N 0 f° <CD d m -°m•'N x fA --I ['-•• ,< 0 _�– m N m 3? a Cn R p m R O m S m 3 0 OC DilAp10 tt .... .. m 000 N nmfJ-O Z r0 < 0 = L.::: -^.'k __�^" :1:: O n N N C N�j m< CD n m m< p m C mpo ���, 2, 0- dy �-°• �' m�jOo°mv, cam y x oo x n °p 3 m O nim O.O N O O m«Oai t7 Qm . p m m > m a m N 3a z '1' m 1 aOn v° n m a m CUD a�•m�o-O Oma o D 0 j' I 3 I 3 X n a v a ,,, TCA �iY z A x m m 03 CD m m m m '��!'c n!. m a m 0 C g(2. 2• a o O c o o� n T no m x°om nsQ om' mg L 'D o o o o (/1.�. NO n 7 00N Z �?r m �` o r i-, �O F c � n c m g m m m n c m 1 m m O N O C O c S� m m a - l C j\.� \ �0 3 ° m �of a. A ; z N Z ' '`R m a m o m 3 a3 F. m N m m�Onmi�� m �� m --m n� u, o 3 - '0 � n N Cement Conc. Barrier Curb See Detail A, below (Typ.) (Typ.) 6' 6' Ramp 3" Shiner Saw cut 'Match Line' (Typ.) (Typ.) 0 Sidewalk 12:1 N 12-1 Sidewalk 00000000000000000 00000000000000000 Plranie o0000000a00000000 2' Planter 00000000000000000 Curb/Gutter Curb/Gutter \ZZ Dummy Joint DETECTABLE WARNING Center of PATTERN (SEE DETAIL) Dummy Joint Wheel Chair Ramp as Marked in Field. 1 g' Min. IN 25' Max. Cement Conc. 0.35' ± Barrier Curb �- r[�?� - DETECTABLE WARNING Top of Curb Flush r} DE PATTERN (SEE DETAIL) with Outside Edge `- of Sidewalk ---*---5 1/2" R= 1" R = 1/2" NOTE: CONCRETE BARRRIER CURB TO BE ONLY USED IN RAMPS 16' NOTED IN PLANS AS TYPE 2. TYPE 1 RAMPS ARE IDENTICAL TO "�� -�3/4" TYPE 2 , EXCEPT THEY Detail A - DO NOT INCLUDE THE Concrete BARRIER CURB. Barrier Curb PUBLIC DEPAWORKRTMENT CURBRAMP WITH SIDEWALK AND PLANTER �wc �° DEPARTMENT FGdC. 1 l cSJ APPENDIX A STANDARD PLANS AND DETAILS � 030 :$ \ Of 2t 62 ��\\ w : LL § a� < \k/ . C O� _ \ k� _ x ! }w & &. § $ /b 2 { � 2§ � c } §^ ci _ \ • ?� § - z R EL > .� z � � � � , — \ \ uw a- o C'll-Ij Of \ \ cwc . \ ' ) \ / \ « IL2g 6 \ / V,z . )/ \ & z ± \ En : / § \EL( g > / \ @ 00Ww j\ § e ? - - -0 — - - / k ( \ \ \°` \ . � §�) . ! » ■a - � , � /` �} a 0 W O r U- Z M r — i L-- — —— —T z > uiM o z Qav zz 1 I } mol N¢ \\\ I I I UI-- amw Li wN3 Lj Q a xLLI WFo xoc)Lri Ow ZW� wZ Z� V) Uvwio ow¢Z Z LjW �3mw w \ ow Z)wOw 0 \ 33 wmUv� O O 0 Ir (� F I o 0 > m W W m z J ., r¢ OU ZW M V�^ of 9 �� Z Zow Z O TU 0 O¢0 O V/ Z� F N zmZ Or LLj Ln Q 0- LL) ri. zz �x z x ¢I LaUV) MM Z — aw v� Z W w Q f W u� LL x w ¢ vi z wtn �Q ar z ' 2se �3a (� J ¢ . I rwj vi a, I 000z J?0o N W 70m� Q2 •4_I Q Z r � Qz W I Uw Yrm kVM3AIa0 1 _ ( a� i 80 -- I. a zU wUU dwva eano oo 000 z cnar a m r¢ w z v r wm Ir V) N 2 Oof L)L) Vl Z N W Z OW LLJw x w z MQ- F- a r� r ¢ W mr rO o � to ZO Zm O Q JO ZQ 3 0 -�i 2 0 oj�w Awa ar om 0 o V1 Q ¢ 2 W m a J }r m oLLJ Z ouzJ LLJ orQ Ln o0 W Q 00 30 Y o< 0 O� z V) N O oLLJ U � prl� m z Q Oo O Oo 0=m >� 0= = Zz m F-3 _ �=ON LO awLw Ow �r rLLJ Do you �U� O via 0z �w ¢ azo a ?ww 4 I aW Y Zow uo�¢ QONoFA m www >� 00 LU m ¢ tn¢0 UY �Q �mr a m�N x �m w z0°z m� W Q Jim U Cr r7 2 Z o amw =O U- EL W ao 2 Q00 Z F L,r U to wUVwi d3 Q-0w0 O]Qa Nom v � Ow J o ZOW _Z=VIO YQ7 \r Z� Q Q J W r J_ J U 0 J 2 r J Ln r Q O �'_j cn m (n LL V1 N z N �y3j 7= U V1 L� J� � C7 COLO Z QM U 0 U W Z U W z o (n W o Z a U W W ZJa Z J r Q Z~� (nY Z Jo O yo�V 0aU map EnzZ Z Q Oa x (n L5 W W L` r Z N U OU w W J Z N o zmm Zomo � 0Z— oZ zom3 o a n_ O J r J o N UI_ J W CY Z a' Fn<-, Fn-<Jz0¢ Y o N¢o zrn 0 ¢So a =Qz o a=� a1: Orn x v, 1' Q. Z Q- V) in=- M r Z Q- 0 J > �m --. X J Q LLI W J J Q r J J Z O W J Z Z 2 O Q r z¢,m,m awww� wc2�wa o,,,a awa LLj og r ren r a r m oa F- V)CL O QO QeJw QOr Qx Qo L� z ��a N2Inzo romV)U, �Mw vim¢ 6O n s NO LL m z RR• V W V W Lu V M U j U 0 Z N� O H J WN ¢ r ww 2 O 2w 70 W 0 4'V ZVN V CL O O W \ �S�� N 4 S N~ Q tl m R -nw � m -d U 0_ U oo Z � �� •• � a W Of U Z W I i ' W N u Z 11 ' • �' !I 0 0 0q o Z 9 Uo � om Z 9 ? a U oa Z 4o n � as O oa W r w w 0a LdoinU Iw a '� W o IO W as Vn m o � w W J 3 Q „zl 4£ < z W v z L z LU Avm 0313Avmi 3a 3;743 g Zl9 Q MWM 1.� M U I I I f o o I w J f n 0 Y p 3 m o J � a m J� a rn o a3 K d U O "7 Li rw a a Y o = o a M d O J m M1 O 0 � crO LLJ 1 O _H 0 O J m N F } 0 N OF d W N ~ �,4 1 N O N OJ ¢a Z Q a � o M W r n 9 W 9 m i z } } UJ NI :D � i Z Z r _ U N 00 L� N U a W O Q W LLJ o v� u W U (=j r Q Z N r Wry r O r UZ UL) Z N O N J LUz Z m Q OMT cWc L J Q # W W a - ozo Uz () m�/ a *"� 5 m a Q a * L WJE p I.fi 0. mcr Q � <5 I p N 1=i o ap Q o mwz = J p a- a_ In W a bi p Z M- X O UJ a J 1C 00 Q' J �r �g-0 W W W O > U 2 F— O > CW7 0: rr x a y0W 0 Q 0 W a 0 O O O S a w * i LU D s X 0w Z Z Qa m � J W a D 0 G - w o - a� Z. W F~- a a"' W C7 m Z mm W U � L� Q 50 .• -' U Z J O W N W, UJ U iw Q I � W' � O a F- _ Of ao U W- I W cV a o J� U W g �p of r W O d3 2 W _Z Q af iv z U U Z x O CD Z Q J Q in:)mv5 W X 2Q o U H W Q Z _ O a7i�i n N O N = s IL r N F F r d V IL w to w Zfd 3he o � �� v Z Duj w k � O .04C " a v m dC a Z a Z a W W ,...,,,•` H Z ` Q F O O m Q� a� R K m o > Y Y W L — G m w W W = w K K V U w W G G zZ w� 7 O z9W zg. Z w w C YW-A S o u�z- 'Lill x wrxa i .LtL .YIi�.l K Z FQ LL v z KW�W �2 a a r•` wot�a �� Y ar ----------- LL Gj > I L ° > -_ $ K w z o 2 „9 I 3 3 w --- -- .. W Lu uhu Z > z > 19 > ------- ...._.--- oO a —D O o ~ 0W C W r ¢t Zt SN3LI391118 :A9 wvma o m m F C o `_ d p i C ca ss � V a $ Nx'ca.,.. y, 0 W Z k H G Y .yF� QR° oc $ Q � Q g 6 7•-------------------------- a v 3 go U' ---------------- --------- c ,1� > o IL W Y Y U O m > s 93 — O 2 Y/LF��6 • .......__ z i _ FZz mU O N .`y z L0 m a o 0 V1 f0 m m N N N N � ' m -MW W W G w LL U�2 r w rylmOLL J z mY ooz° O _ m.p 0 21, W 2 OW s to o r w ozoa `a. wvr� c7 r Z 0 Z2 � z g��o O m - �j., .i, momma F N W a N N N m m m 0 V N a T = bl N =Q U S O .L W ¢UOr zr' w m o N W��m� `1 V m 7 iN r r r N N Q O S -11 ONQKYW O GS U w W7O m m9 O lwU)C Y V O J m W 5 � ------------------------- nO wD D Z SN3113B IIIS :AS NMtlNO �^ o Q z z LU ILU Li tlMi+ } F •'/ a z 3 O p Q 0 mw w ai W- W Y a O Z F-W tj w Nv Im z U O o N z_ O Q M In O V) • % a. u 2 U � U w2: Qlee • A / p W z F- W!r V) ' • "/' ! J LU .• � • • , = UQ QY M =to p O / 3v; wxw 9 V)0 3 r >N • w�JN 3 LLI N Q LLj p I.f "• r• w0 pv)vwi= � (m w pw ' err U 3 z V)'T p a x w 0 W VI U H V)0 J C~ p Z r• U. 0V) > >}3 a a3 N Z • C 3 W� w U W a 0w Q >w LLj Qpp a 0 Oz > }a z a {/ • g \ LL M J W J~ V >V z J V •�• • JU C,NJ Q W W z V+ rU Om0Z n wa w Oz z wwz_ Ixv • { ♦ \ U� �u, N U U w cr Li ry ` ax a >z:5 00 w W tnw VmQUO U a O b r Er ay Imcn w F - w ' • • 7 w Q~Lj Q V) w w p r r r r \ owaox w ww Z) w �Dww•) / yy U m(n U W V) U U � J V Ld V rrr � _ c� Ih a N Q O z Z o r IR D W Z • �d. C7 rp V ' Zµ ow / • to Z Z t- r� M ,x,, Q O O mo Q r _ W C O •/• Ww U a •1• M �o ` a z ./ •• • � - U 0 ❑ ! Q • • W r - - c z r• t: � l N�+'yli f� U Z U N r r Ntl32lB 30"D _ m N yt w =O �o z W 7 / V) a3 7 Z O to v I �U 3 � yOj Vl Illt/l Sr o W rc U Vd N O O O Q 1 i W m w w w tr 0 z W3 o M Ld w Bozo o Wr a p Z a>F U U w LLj� w o Z) a W N IyZj W W N d Z Z Ir 0 V7 mLa j mFw pd' Z� O 0 VI Q a Q>z m W o Z N ¢ ¢ o o x J� m p< d U w o m i > Uw Nr ww cn c� ¢ z 0= '0¢Lu a m ma a w Z KII r ,� N Q W Q~J� HU M Q� ~O > Q 4N } 0 2 J M = 3 2 O a Z v ¢ 0 ~0= 30 Z Ln p O� Q ; W ~H Q InU p Q Z W ti� Y W Q H J W N In P LJ LLI Q W� ?� W � zw= a cr oo p wm 0 , V) ¢p TZ w w w o g�� /. 3 c J 3LLJ> Uw 0 ¢2 0 w �in3 "' F- ma Z O F ' � t w W EL N f }O w Y O N J 3 O Q Z m 0 ¢z m W H a V Q 7F, m W N U Wap W Q O ¢O W . . 7 U J N} p F J N -j LLJJ z m }a z ¢ WJ a a W n- zw0 3a oLd x 3w 1n > Q /• F- V) 0 M W 7 • ' ' ' H >a' J tn p O U 1 a z O J w= 3r l 0(n OO �Uo3 -, Z pU N M N car \ wo tn�?o_ Zw ¢ ww Z W cr O ` • �N \' w w a w 0 -j Q M W W a N 2 �i . � \Jf4tit Z F O z z a p w W — U V w M ¢Vi a A/ o\ wz CL azwv rnp "� 00 F o wW Wim wo wo00 mo w F� o w o� Q tea' • 4 ` ' ���\ Z Uin En d'Z ZU Z Z_ NW J LU W 0O m V ` • , aW �\ H O O D O J O 2 W W w p W W W IL U (n Q U U U¢ ¢H In U U 4 V1 J a' O / m w U �' N W O N M 4 U7 t0 r� W i �i z V) W / W `i W / • / J I z J MW cr o I` _ U / Q: fa / \ •` • r / Z w \ / W / w > OpW z Q o In C7 / ✓ b < W> z M / of y L / in 2 o / wo Q U V1 ,• / oio w Q JY m 0 / PU0 -f5 a 3 1/ WW x� aWW o� uz�,n I I �� r§,.• TWO cc N _227NM N ! wR.'U UV 0 ry - U¢cr $oo�oo / X00 uo uG W _ f J O-M�MQ / FYY N< ( G O l uu U W r r o�`V-''� w'W = 1Q UIOm f� C� f O ¢U 3 Z ON V O Z Q L� VO_1 N N f d M z w W i; w X 0 z (3) t:i ' � M D 53,t>vn a 3 � a V Z �o i M W Q �N Z I— — ? U O N O V K O U zo W Lj �F 2 x I _ Z �¢ N a.a.J N NZ ~ W O Ur F Z 13/1 4 K Z 7 (I2 0 00 o Q .3 O ww 3 Y a � O u �rc ma �� w a Oo �a o r EL i am wwz wo o } �U o Inry o oa o o ww z� a zwL Zw wZ ? O OUB O -U Y- Z U] I as wd y IL1 I zw zJma m aUm f (n J U J mz =rte �^ a aawmt- 31 31 Vii Jln U. W In 17 N ZOO U.N. Q2 UO U 3t 0 W N 17 Q 1n O Z 53123VA 5318VR z --' z o_ Z zLd oD rc d �v N IQ Fz CO -,U Q. O¢ LLJ -J U 3% V N Qio J Y X4ao o a3 d n $ � a C a uj z0 U. r � M I 0. ° r 2� � I�F i ¥3§ $/2 _ \§ §Of, IL '� Sb q-0) mw 2 \ } §m k��? . . . . . ` u« �oa2q LLPo ! § § � § § a «� ƒ%§§% o. / �� \ �� S-Z )§/\a W zz§ 0�§3- C, 2 Z�82) . k k�n %�i�� atno �±8k` wb§ §§gym /¢� ) &G� LLI D, <<� <-»S= _ L MP'm m=u w o=A %2t 2 WEB }§§/) W �n I§°°s k�/ ��§j SEE bE = //SE¥ Z _ cow �«- § )� § § $0cr CO LLjLLjC � 2w /En� � b ± © Lu M _ )� ° w 2\ ' k \` < u V) �� ® R mIr zz 2 §2 �CL /g §J |� � - L 3 , A J � E A «�y� § 77 \ Wim« w & , A s z O Q 2 Z Q �I W 2 wZ �WILL p M af Q x jp owUwa O �?0 IL l� Up FaoO z o W W� Z U a z L� QJ j > U� 2❑WZ 2 U U Q—F W w �nzd QW ���m 1 t. WQOafFn oWC 0 9:Luj ' O OO no w J F Z F r I�_'I W W_j I fn m Z(Z9 (A W F=(A CD zFLL E ,r ORp ZLLZ1 F CE�� ��D r' FLLZ z-Zzg �W> XX ~F-N � ..! ZZg z0°�LL JQm Q ? F Owl C N 0 �� TWO ,WZXQ IL ED W N o o U �(�WQQW P� rQ � 1' �Z� 7LU 0 W Z W H J �� too• m v rn ry QQQO�0Q ppyy// Wpo) 0 0 0 0 K�� �xWLLf= 6ir e m ❑ i.r 050 aHF- M �. WLLU mz?wm QQ0 IL x �JWF� IL WLL WmZ" IL ~ zO Cl) O F O U§W}IL-i U V W oaf< xxo°dx Z W F 000- FF(AQF ` z N O z V � W J � a LU ED w _ z J D U Z } NTdMVSSQiS70 0 W 00 W7 F-CE U)0 n w m W f) E � of) I E U 0J Q h 7z= Q xw z Z a jW 4 0 U- t c4 xtva 3:WW Z- z 'rT q mN w U Fz ZF x < aw N zp �W a w F0 U mCX Y d W C <<W XVVq N > J Q W W O WW T i'�� gaa wD Ky a3 m m U) a � o a) n. � I a o z W r; (n «, ow wi ------------W LL-------• U c.) ------- ------------ ------------ z ' z � Z ¢ O wu) 20 z U d Q Z(O z wwa O aa WCC Y , W U0� Q U y W If` O 6 Z 6 M O m O G W z o Bl UI `- I m Q N Lm � ZJQ. Q Z=dU w <LLjO c- m Z Nr J Q Ln Z i f FU Y Q Z !n .I..^.r,'f� �. :-wN Qi 3:- C) W O p IS7 i;,i❑ ui g. 2 o a i t iltno li � R � � O J f + L 0000000 00000aoo 00000aoo. 00000aoo v a0000000 000aa000 _ a0000aao aooaooae o 3dOl ItY11 I:Lt 00000aoo m 00000aoo x d a°oOoo$noo tl j a$ooaoo ; e oaoao 000aa � w W 0 NY _ Y O O O mo =a a F Zmo? F ❑a 4t�iW ma w U OQ Om ¢ 4 1N101`,�IMO O ~a WOM moi ¢NO W w OUfn EzFx WIZ �o z ❑ � woo Uro 7�a U_N 1 W ZOW 1w�OW mO JY H Zr OFO OF w0 ZUtn U�Z wU 4 O . WW mtn O�Wma Q a3 O mJ WN f� W� w1 OC 1 W OVI fn O Z, •1 4� Z aZ rZ0 Za-IJ 3 N •,� • ry = mO ]UO o� m�7N JJ OOw N.-. • Ina Qm tnmz zOO FWa.W W W S7 Z JO W ylUWO. I-1 W wmW UQtn rUa.W,Z uV z a . " F �a zt=il m won � � tn�o; tri J m °d-S to z (_j m� a❑o of �owQ gS �n nda WUw m Jz �u� z" p V z 0 Y ¢W J W U O ix uw v ��3 1 a� vl¢¢z FI Y10 aJ aaW Www �Qw mtnZ7 wW U maw S OW ZSm Zmow O C ? gam Stn to to Ovla OOUm ❑ �a tri 1w- N M Y ,no C Z 7 m Cement Conc. Barrier Curb See Detail A, below (TYp•) (TYp•) (TYp•) 6' 6' R a m p 4' 3" Shiner (Typ•) "Western Groove" (Typ•) E\ Scow cut 'Match Line' 12: 1 N j 12:1 ,—j (Typ.) Sidewalk 000 00000000000 1 Sidewalk 000 000000 00 000000 2. 00000000000000000 00000000000 00000 Curb/Gutter IN T Curb/Gutter Dummy Joint Distance will vary Center of —Dummy Joint (Typ•) Wheel Chair Ramp DETECTABLE WARNING as Marked in Field. 18' Min. PATTERN (SEE DETAIL) 25' Max. Cement Conc. 0.35' ± Barrier Curb �9 DETECTABLE WARNING Top of Curb Flush PATTERN (SEE DETAIL) with Outside Edge of Sidewalk 1/2" NOTE: CONCRETE BARRRIER CURB TO BE ONLY USED IN RAMPS 16" NOTED IN PLANS AS TYPE 2. TYPE 1 RAMPS ARE IDENTICAL TO 4—, 73/4° TYPE 2 , EXCEPT THEY DO NOT INCLUDE THE Detail A - BARRIER CURB. Concrete Barrier Curb PUBLIC WORKS ICURBRAMP WITH SIDEWALK (No Planter) DWG. NO. DEPARTMENT Cement Conc. Barrier Curb See Detail A, below (Typ.) (Typ.) 6' 6' Ramp 3" Shiner Saw cut 'Match Line' (Typ.) (Typ.) 0 Sidewalk 12:1 N 12:1 T Sidewalk 00000000000000000 Plante 00000000000000000 2' Planter 00000000000000000 00000000000000000 Ar Curb/Gutter Curb/Gutter Dummy Jointt \— DETECTABLE WARNING Center of PATTERN (SEE DETAIL) Dummy Joint Wheel Chair Ramp as Marked in Field. g' Min. 25' Max. Cement Conc. 0.35' ± Barrier Curb DETECTABLE WARNING Top of Curb Flush r PATTERN (SEE DETAIL) — with Outside Edge of Sidewalk —5 1/2" R= 1" R = 1/2" .NOTE: CONCRETE BARRRIER CURB TO BE ONLY USED IN RAMPS 16 NOTED IN PLANS AS TYPE 2. TYPE 1 RAMPS ARE IDENTICAL TO TYPE TYPE 2 , EXCEPT THEY Detail A - DO NOT INCLUDE THE Concrete BARRIER CURB. Barrier Curb PUBLIC WORKS CURBRAMP WITH SIDEWALK AND PLANTER DWG. No. n DEPARTMENT N II ° O m p U) 6 d V 0 P m L E O m " 00 « m O L f0 a C meq �_ r .e �� 3.p Em Em o m mm y`1 r� Z a o x vmN -e 1° C « E � m P„['�::- -..'� aB - w ¢Ve o ° J J m N a 4 m t Y:.`•'.e- `o Q W N. w a,„ wrcw U« m N L!] w O mL`.U) O `� Y °w«C m II m J N `i .;- '"iti i`s�. -= Q N d^ s L p° Us owN«_ m C ai u1 m g�.` (r W V« L N Y°0 0 « II C L !'m '•• 9-..'•��`h��V`+;� ^ J 0IL w O 3= � a)-0 j2 u o m E «mm m ��E 'm cx7 ;f``:"s «mm w o w '6 E C m m o o OEi = m m m om mm� x z z ' .i -H ¢ S 3 II 1 U1 m m m C C O. m m m C « m F C W M U �' m N II O. II m m F o o m p am�m �m n a mm n (D -c oa m c W `z m n L m c w N O ° N: N Om-o a«m LLO N J U W - - Q ' Lac Lm« « �m � Lm. m�m � � �'. 0z�-j1- .r =U' y mo 'a-7, n« O _., _� ow -� J N m o a am-Em-0 m m L m II o m 3 moi _ p m mm m m oa c cm � � �- ~ K w w >m m > C X L J d L J m m �L C O -- --r N D D N O m -L x"N _ - NL m' L C::::: "mss r:::'] 2 J } Z �v o.aIIm m m g vc « oam c.,:.; H oma p c o€ 1:?tii. w0>i o F c�m l]m ° m m m m. aC O`._. N N N ) m 3: N l6 FJ I'•:.� _ ...�.��L (� 2Q¢ w c m-° « Na3 Z JO� y Ja).a`m E E nN II m Z Z am ok a«���E 0-2 v° °'t ° m m m 5 0. I a O c30� cw o J cJ a YuE LU U II O❑ -c°Npa rw II o II 20) w '� E m m w {{ o m m >16�O m m fl?N m o m m a m m m o I �L�o o«oc` 2m 2 m a 0« v�v �'� ma m ap,�m.1g m o o II� a m° rn«« z Nw3 J U N C c m« c C E p� w O c�� a�mi'Coo o 010 o m a y �o B O E Z , 10 _ ¢ zw w SO m O m C m._s s u U� c� o Z 00 ~_ J wo K N t c m p w °««v� L m t v m m m m o <an yz OX10«o H 3m�� H� H wp cn w« 1°a Ww 1 <w i a Z N 16 V N (fl m �-. <<W -�j z 06 Z � '., �1 w �0 a w 00 p x �`H z< d 7, O yZ a. w WWO tw Uw - - UZ c7 O U m° w x i� m N 'I ��'•.., III = ¢ w z o}a va 0 (9 �± H I- I J ~m, W �1Fo ,� I,• +- IL wN 3^ y si o ii'� 'fi.i J� HZ o J 3 � 4 a QwH $'U J o J SRN w LL Z O U Qz rmw�♦� �z4 W �\ Z ON1w/l 4.zQ Z 1.w p Z X534 l <—Z z w Q `Jl ¢ z �Nlw-D/. 3wiw / W D J<N U L) z w <r.l\ 4C7: c~i¢z O �¢ 'XVW.SL '. 'XVw.SL <¢ w W.'w= C ¢ 'NN.9 "10J.9 a 3 p x ow c7 \ Uw Fo 1 Q aU' yN O r' :: :�_ �10 UZ y <o a < 7 gz 3g d m m m m 7 w V y U~ U z w• 1 H ' Z Q m w 5 5 000 IL z'm ai > w w N z y O X o o a m :Er I o v ry ¢ yN ¢owLU O Y < Wwo d Oz Z - - m N ¢ -t-�., m z m<w Z 0 0 o c o 2' zw amoi n O¢ O< Z w < m 41 0 W x Z = ¢ wO z E } N ~J ~J J 33 1 01 wo J 0w N Q 3N w mw ¢ zw Z 3 ZN w 0 LU I. woo m 0 I... U¢ m i F m z ¢ Q ¢ O . awe J o �rc 3N 0 j-,W. FU0 U H wJ a J� �- LL, z W HK WH ¢ 0 oQ O ouw OfN ' vQw¢ U m j w� w mo o m mWw 0 wD IL m Wo ❑N m W NV3i8 EQ. z :'\+ ow �o? Q w ro Q ... �mW o ¢< �O z cyiN d'mLL mu Z z BUY < mJO Nlow z wae g m 7Uao z ik UZ F 5 Z w m w �rv3:le v w m g w m l s p 3 0 0 3aV21f] F O o o z _j 0 n Fwmz g w A m�w qa V d m ¢ c w w i M W. a N LL, m W m V. m A' i W I- - 00 JU' oz ¢ _j Oz a JO -t"—� - --- - Oz Z¢O m p am o 0 z i mw 1 mz w = Z0a ow 4/......f Rl U �^ U > > m U Q �. m I 11340f1 N?J33 :A9 NMVNO W En �M Z Z U J Z ¢ cr O O W W u O Z U 00 r%) La o j O V) \ O Q mQ N Z >- Z ZO 4o a 3 = NN 0'^ ,��11/ W LLJ� Z 0� w CL x o_ M w I Z = F- C0 LLJ 00 Z — ' a OF— Z I �0 V) Q M 8: _ j ° J ~ p a Q W (� N c x w „ 0 /W/� N 0 w Z V/ U i ce V) Z J 0 5a o = J a LL LL. in 0 O O W2 z 0 = QZ Li EL M I Y o � Q Lv U 00 ,^ W Q c N 9 ~ \ v/ x V) w U > c N = U (� W 0 Z 0_ N p Q W Q V) z LLJ o N Y0 < Q Q D: J O`' V) a '�—�` W 3 x ° a j W O O 3 Q W N H 0 LL � O W _ LL- ^ ~>- C w I O o q'S p O N Z Q Z J z QJ U 0 M Q W Q v'Y 3 v=) m Z Q M wZ Q c.)to N� J YLJ N mO U Zo _Z a3 00 LJ U J w n ZQ U =O w W O Z ' w�a N 3a F- o o Z N MCN d o rl� w � . BLO $ M O w w. el < > Er . \ M 4 . w < 0- L)/ < § i { © \ § / Ld w § § w § .d §[B {k E\§�k \ §�z 2 2c§( W �- D !�k �} )000- # \ o.4, m/\) �2°� d2 ¥ b ! >�Z Lo �� § w R -CIO §}�$k\§[/k/ 5 z< ; I�z0!00, §®Sk &ew§zz»xoz ° § �§�wo? ��kw P7 zoo u § -� ■� tn(n Q G �oRb2c5«R/ 9 $ . - moo' 'w -mob z ��(2k\/3�>) �I w3���� *b 2Ebs oma ..3§ V)LL R■§� � 0�m��2�ae�b m D W z 5 } �° _ I _ \ , \ _ - - - `G §§ \ & ow vl� -�- w& z / xw P I? ` \0 - tn }2 ■ }§ § 3 - (L _ .9 E) u\ o \Lu .o( k z . } x �k \� - - - B \� 2n R �. §. M k§ \ � a 2 . \ \ w } L � ! ■ k � M U A K & / 2 O .Q Z w Jaw w0 = (� U 0. aha J p p Z z r � M VLd ) a > J w0 J M U m U (nwU V) � Q J ~ O Dp L � �� as ~ ~ (n Cl.- V) p a J a U �LLJ < U < Jaz Z O � Zw m U U F- 0 N w � aa � � O - ZU m = _ p w � LL. w - � a - O a O w Qaww LU Ljp � u) o � J z Z N = mM � � Z V) Cl- LLJ zlj J � Ua D � � a = �� O ANO a LLJ 0 :2f- O (D w cn z N O A U (D a (D ch Z Jz m � - a a z � w zOfW a Z = V) (n p wa JU map a LLJM �_ a F- Z - JF- � � p � p J a Qom' � z O J (n J Ua J N W NW O J (n (npZd 2a aZ J USW Y � = W LL) cn0 LLJa � pLLJa ~ pLLJa ~ U Z W cn Zaa � z_ a � � a � 0- &i V) Ln � � z o Y Iw- pH � � a � cnw � z � wZ F- - � woO � wNO p w W a - Ln (n I o � � � _ � � am Na w � m O a WD m wDa O o Q J Z (nWU JV) � W � J w (' (' U wpO wp0 O a Oa > Ja J = � Q = zZ = w O = w0 z m ~ Of Ja � J a � aU � a 3: v '� � cnZ 3: nZ ,,, Z z Qa Z F- xQ w U DU O e LU w C7 � mra Nm P-) 't � a Lncncn U) co � NLai 00 - Lai J W Q w w w IL 0 J Z Z w G a W w � w w co Z J0 o a -iLoLZ LLJZ w }w a W - W 't - w 00 � V) Itcn Ow wZ u pO W L1 J Z w LLJ�Iw ^ J w J � W � z V) p LL- J a u a a J Of W z ^ ~ p J a_ w2i UY ^ a^ O mIX e � a J w z z a3 U w - � O a U aN w Cl- w W z zL w z � a O J d z J N Z p � 0 J W W W _ N W Cry wt p >- w F- F- o' z p W I- (n w 6P LLJ W LLJ ULLJ p J w p pw + 0J a m / = J F~- N (n 0 >- 0 1 OM N Z w 0 8 67 F_- z li w Z 3: M L- Z m J Lw a J W Z Z O �w :�: O O w H WZW JO O� � LLI w b Z JO - w J wZ z � Z W - W w V) ti �, W V) J - W dt (n a O F- Z - U LLJ O `� wcoe U Z V) LLI w J a W o Z 0 e e _ d J J O V) � w - H N m N Q w a Ln Q cn � w Z rOfr J a a z I_ CN Z U s CN N m Q ~ w e W W a w d c N � 0- a- >- w OLLJ O - e O W 0 ~ w 0- 3�: n m Q IL U LL- U U w LL- a_ W ,� U CO < Q of z W WZ W W � Z J O O � O O Z w z ( O u = �'" U = Z U � O w Z J w w w U = Z w � O w � �_ - w af w ~ O � O D � (/l O 0_ - W 2Z z O aoV) w w Of w - w _ 00 (n 00 cn Ln U(n W 00 O F- 0- 00 J � 0 � w N (n W W o aw w N O w F- U) 7 00 Z LLJ Q d W J / J F- w F- F- o Jcn w0 O Z N (N Z / D t/ w N z J WLLJ 0 -1 0- LLJ 0 Li (In d LLJN z Fes- s N O Z /V�� > • W M z 0 U Q z I ® w Q E ® w .3 5 •� Q o � ° ® w ® U 6 C f i• COQ� � � N 'V O N ? Q Z O O OTS Q N 0 °-T� a3o z W LUCL o N O O U Q C 16 a) O Z C W O O (D O W` L U ~ / C } w + U O � a us': O-O :b a U C O O Q O o--- 6 Q0 75 + 0 Q p O O � II II II II II om T auol , auDI = C _1•'..1[]Clb' ® cl aJf1�lUC3�3[] O a> p U i� U O•a N � £ snurw 'j snuiwLl (1)0 U Q F— L) h W m N O N a U L C C C) 30 O O Q j ® —2Uhl Y N O= -0 u7 Vim ' O O C Q NN E L S o p _ CO O N a Z O U N = O l N Cl _ ,, p o � W � $ Z � a.sk�e M C z w s ro�m W N Q u m 4 r m Z w i W. zw ' ZOOW d zwJ� o o a w v`+ QF W q w w � a ph p w 5 J3Ji ;- '� „" Fyd W�J Q w . - r =v�Zo :'i a p�u JQ r 7 J J Ml Zw 0wgw Z !-W N Z Iz 0 LU W JJwW W3U `,� , - d H i > W Nawzawrc M o h a0mwWmz 2�[ 0 0 0 1 0 4 G O O O-O Q 33 d Z F O W 3 0 m } �1 3 � 1 Z N 1 _ F - N a.. J w az �. oe �� 0 a m = LL n � 3 w z u M a ! Z WJ J W W J Z f W E o > > wa o z a w J w ° H Jw Z WUJ U) J g o°o mw �z O J m 3 CL 0 w �g W Y Z W O J Z O a 1 W J w r W J J > w LL g z K 0 O 1' > J O O J ww N I' w z as o 0 d G -j O mUZ Lu IL � 4 1 0 o w !� rc°0w ZC Q �.......__.- - W w ` R' � � k W N IIx LL, N "' - --- N f C7 Cl? w z O Z W !! n J U W O W Z Z > > J w e U n W w u O w z W T J Q Z wa3 _ oc �' J o Zai F m W ~o U Z H W Z Z U w Z m U J 1 4 01, - Z Z O - � O ED 'n K W n LL _ U c 3w v n _ ,wil mw N ! J n 3 a J O 2E T J N uj z3WZ o Z3 oZ J w3OZJ LLj-i LUj W Q F WZ-Z g Z J Z O 0 W J J W Z W J a6 J-a Z 0'O U)W =r > > �w JZ / W gFw v fAp o a �+ wzwW WzWz-a �� O O � O Z JF M W a J Ymr Z J W Np J W NU) J 20 Wm LL. oW a Do w6>w wow0a WN 0z0: UZKOw C1 J v LL O O a z m U 2 O U) 3 3 N3 -�- - -- - W W aZ J > aW d Y !t U Z ` N a � a Y !! � W 0 (1) o LL m _.. -_ N po .Y z O T a W N 4 M 4 899)1313 AB100 :AB NMV80 7 _0 a) as � aa)) m (' O ZC 0 a n Z 0 ` d Li C4 moo0 V Ya) o O C c O OY N E C U L Q-Q E O- 0 O- O Z5 CDo �a — � E c 30 o^ c a) m NQ) tea' L L c�° (D as � 3� E3c - o 0 o 0 o a >C a z o I o_ _ ao a a� c6 o a� v rn6 1 I LU o o}_ u u 2-5 o o° 0) v o ID m I LLL O N 7n in rn .n'n C-U va)i O i z _ C� ri v ui I 4 N iO � 1 °3C11 J °1 W v Z N I I I a) m e Q d 0)U� 30-d �l J v yi t N 0 a s II Z N I o 6 i 3 Z 0 I w Q `D` 0 0 z r v v a) a) x ' I I � Q ao r n a O 0 Oa I C) LL V Lu J 0` 0` O o Z N O L N O Cl) Z Q C-) m 3 LU 3 0 o o Z 0 O Q -L 0 0 3 Q T F Q CL a J Q 0 O. O QO Q) I O O O x ' 11 II � LL 4 d L L L N LU L0— 0— a) LU 0) c O c O c 0 00600^ 0 QP 0 I I O Q v ? ? 0� + CL O 0 O W oo L )a) 4) > p Z I I O c 0 0 0 Iol- a) 0O) LU +I O 200La 033 Q CL-P� �o Q I I OL a:b 3 ¢03 03 c: li 0 J U 0 I I II II II II II H I I LLLL N I I L1J � I I 1 O n Z LU O o 3I N 0 I I �I. Q M 0— E Nbabbo$ `� I v0i J O 0 I,'o-nm NNS Z 3 I l v Z p m Q a"v LL LL L LL o6) LL 141 20 aaaaaaa ZoU3 gQ E E E E E E E �`6 N N0 CL �0V0�oN 0 ao U O 4 I 1 9 0 U V) Q co = 3 Z o 0 J Y j a O � z� 3 > L o C) � ~ m ami N u ac `0omco�,o01^ a3 > o v o N J o v o —^—^— 0 3 cJ�l 0 0 ai C:3' m 0 C Q- Q �"6 LL LLL LL a� 0 aaaaaa EEEEEEE LO LO m co N6 0 woo t"7 0 ..�.. .. .. Il it fir) Q O 6 Z LU �� h Rn-q- .T M m N u nnl��f H CDZ N 0 J1�5 z 9; 0 0 m � aaaaaao c"' [7 v) 0- Cl� Q tai EEEEEEE ao O 3 3 ~ o no o n Q h toa L"Lo n V V M('o)Nn DZ 0 0 � 0 0 O J 0 > z Z r N Q) E e ch c p tY � L U U cn d � Q N UD — a Z N J + J ui = ' IffO w OD Z w J �ii � � o a I Q cn D cn o 0 V) u- U L,J O N N o- N 1 1 O �I 3 m LV I (% J W -iLOa N a a J LU Q) U)� 'OL Q o O z U c w c �, O Z Z 0 � U U w3 Z ~ N rn a �! (n Q N I o N 0 N vi ~ O Q U � O .t Op C ztn En 0 a U3 3 a s V) ~ N M W W cr J fn N Q p Z J - FQ- 3 (n m m N W N MM M W UN N Y V) >. O mCX N N N 1 a3 N W 3 Z Ef J I-- W m v, W N } } Y JI Of W O Z o 3 X CL m J J GI c p o N Q SCQ a- W ~ Q d Z Z U U J W LLI LWi Q Z W LLJ Q = LLJ Z Y W ix V) a - H 2 m a N J G C N r te_ Zg w yz Z y m _. E Z Q a g E .0•.c �., - J d LL 4 W J Q w > g _ w a ,� , >.U z a \l G S m a a f~A �i 11► 3 o O Q J W Q w Z < W N. LL go c z� Y_ d C5 A-.9 E v C t6 C O O W O Z v J aLL D O HW U W m C9 EO Q 2 J Q m n O J_ LU � w � Y c� m m 3 OV 0 Q �C C E ..0.9 to 3 d N C Y C Q m Q ¢ oma E E U J T > T Z U y' co m m Qli N E N V ' V `L N F N M W x W d d r� O ao '� 0o Z m N m og x 0 w 0w .0-.9 wm J Co wn w J U U m w z Z 5 vmms Navvu :ne wv"a L Q Q o U N ` rn N y0a N o c�L �q o in N Q00 mN 19 N t z a� 4 �►Q a1w a a W t g J W d LL a� d VW w o a r�dr is �4p�e�� m LL y a N c G N Q N N •�_ a= E!k m o U) L3 Z a 1IA� m~ac WTD = H 1� w Como ¢ W Om a sLL z DZI m <a 3 c�N o ¢m 20 ow U' K w <LL KU �LL N LLw LL K LL Q FH ww SIXV..V.,3Sdnl3 A 9 ! W - Sff[V.8..3Sdfll3 N N ,e•z .4•$ a � w w IF 4 w v LL 0 LU w i{t�] _ _- _ _ _ _ -1 ul J Q LL, LL LL W N F- K X F- ain Z W Q LL N _ W Oa w z ? f a z J ww ¢m N w wo < .0-.ZL .B".B aLL Z N K� I at N < Q a V m Z LL > LL N 7 o - ~ b N W a w .4 L a LL zw a O U m Z LL H W IL ,•o-,zl 83HOl3lj ASl00 :AG NMV80 R9-3A 11194 B C .^ J Y , 1 -__T_......._.- y A * See appendix for standard symbol details DIMENSIONS (MILLIMETERS) A B C D E F G H J 450 9 16 88 138 159 191 38 38 600 9 16 113 188 213 263 50 50 750 13 19 144 231 266 328 63 63 DIMENSIONS (INCHES) A B C D E F G H J 18 3/8 5/8 3 1/2 5 1/2 6 3/8 7 5/8 1 1/2 1 1/2 24 3/8 518 4 112 7 1/2 8 1/2 10 1/2 2 2 30 1/2 3/4 5 3/4 9 1/4 110 5/803 1/812 112 2 1/2 COLORS CIRCLE & DIAGONAL — RED (REFL) SYMBOL & BORDER — BLACK(NON-REFL) BACKGROUND — WHITE (REFL) 0 z c0 Ci M M Y H a Z w a 01 uN O} 8 W> B w w „4-„£ F 4 m „4 „Z1 .Z J O V) Fa L.j z v IYTO .. IH Y 1 o z • �V� 0 W z }U 0U '^ •, Nv030 a ON 3 muj n LJ z e I O M d 1�a a i cn V CL O W x M a =�3Jpw a vxi ` a z �U F w O r Q r f Z 0] n `Y)2af V) O wF- LLJ Z H OM70w r w ~ Ww Q OZOw~ Z 0 w w �. Z af O p O N V) z 0 v 2 U� W aP: of0LU0 W ur z Z) ZZ �wmU� ZO Q00_ Q O ui O OO J UNJ2'a OM 0R. Z J 0 U v y ~W¢H Q a a M Zx -N Z x U) w 0 a U) w fn W F } ma7 v~i a� J (X Ljw rc V)0z o Z w U)j V) d'U JHw U)U)U) aH U } ~ O W U' V)1-- W� =F0 =mmm wN w O FZ V=1 J ZoZ m� r-Daw U00)O) mZ) m W O LLj Lq = 4� v Qm�MM �f wUv� 3m^n J¢N ¢ M as �FZQZZ pp��� ���� V)MO- 0 W w Q H U!j U) 0 ~ •L 1 LZ, 3 U) 2 QQ Z Li W V) �_ ~2 H - w .L J > �I V' Q a w l Z X w W J W a w w J I 0 w X a p r Z a 7 Q W> a U N W Z Z w m ¢a 00Lrw aVOO ¢w O w 0 ¢ JoaN Ua 0u-u ¢ a0 U U) U 0 cn 30113NOO 'O d Z�a (Y O //� w W< w w cn z NwO_}00 „Z/L ) Q O Z U w ti. �CJa0U (nWHZX Q a b •• WO_'(n Q wa �K NIN 10 nW ^.YICr ` O ✓ ll�r==� • Y Wa rr If It � 11r,1 1 ¢ + rl I,r rir z 1` f rr rr r -� f fel a z0 _x a3 60 zm aU z z o a I V Qz Or Ipl 1. •,,• 'IT �j •f G N� O z '• .. '� a �o I W u � SERIES CONNECTED LOOP 1-2 COUNT DETECTOR LOOP 3 POSTED (DRAWING NOT TO SCALE) SPEED (MPH) Sl(FT) S2(FT) NOTES: 1. USE XYZ LOOP NUMBERING 25 -- 105 SCHEMATIC, WHERE: X IS THE PHASE# 30 140 Y IS LANE# FROM INSIDE Z IS LOOP# FROM STOPBAR 35 185 2. USE TX 25' LOOP FOR BIKE LANES 40 115 230 3. PHASE 2 IS ALWAYS a NORTHBOUND THRU DIRECTION O 45 155 285 04. ALL LOOPS SHALL BE CIRCULAR w O ~_ O 50 195 340 Q J � w W U M Z W Q *ADVANCE LOOPS ARE NOT z Q REQUIRED FOR TURNING LANES &MINOR THROUGH LANES O O F_ —13A co U) 3B Z_ 0 � _ Q o w J O f— N W U) c/) W 2 i9 2A l213 I ( � 1A - 113 r —STOP LINE REV MAR 2011 �w p�/� PUBLIC SIGNAL LOOP SCHEMATIC DWG. NO. 0 0(QMQ %y WORKS 3-44 c E �J C O N •�.� N m d _ j = iu m � LQL � N O m 0 .L.. C gym-. ►P. r ujO z o E^- am �imaci xo� m v Q W 7- V r IL w E o 3 c E o o v N J v �: w x m{R W. N m m ••q h=iSK� ~- O Z a dmd m '`g tsv o o ¢ = wFjy m, O a 1' a t7 °• _ H o _ qC t.]l, :2 J J .224 io 4 n' p y�--�°,y1:,` Ay IL O_F a z 8 0 N'O C3 C jlNm .- O O N N N Z #� v' "mow ter' Q W w N N « 7 7 N 1-L7 vY �f 1m m�'n mdo c c I a �D: tn�- F. Q m. o¢ T y;L m o .o n to to > >W g 4 0 Q a , 2 c° rn o c- y`,� Q Q l3^ . U: 41IT p7f] NCIy �U 9_ a U K NN r0 wz Z 11 cm rnu�� `o2w m c F-U coi aw c ��r o„o N w > a GO r 10 1` Jr r d m zm N yc�o °c_ U c3� �d mx m d <p �In zln �� Oz m3wo It 131 ILL OLIN �G« Umvi lL� fQm (4 p '?O � m� �`t F•W WN.QQJ W 3 Z .-• fV M V' 1n t0 -� Z O K mac L'U X Q F(7 ryJ O J0= Q Qo Do s wa DzN zmLL oa m 313a�1 rJ G=�1r13LYd�, LL QLL UlF p=F N,q} �p It -.. ..-___-- m Z m O J w Z LlO livHdSH d0 Hld30 Q 0 Op Umo Nww oa 3y ¢_ . °m o00 °F �u - 'XVW.E-'NIW.BlSZ �I /P m 1L10MVS d0 Hld30 z 5 /',g / Z z8m ��—4a1�`� N¢ r. - O z ww C u�� 3 U o gr>w W �z�c7 0~ r t0-z p p •l� �'� N w aUaw $� Ea n a �'r I,-O�Qw ivC a co r,_ ❑ ,, tj 1�`�! u Z a a r- � oa z D S VJ.;�%` 0 uu` Q Y5 C.1' W —m Ir �^ �. U �':�� W I, t J cavi tfi r N I-w. i,>f�f OUm� xF- I+ n:r_. w�� wtn tY r. saw< acv J\�cs¢ ��� �w m x w U a n w v o 3 33vzfunS 03AVd d0 d01 7 C)U z z p Jo m LL �N WOMB Wf1WINIW .0-.Z a C O I liJ J alw omN zm� o�wr LL o �J az o J wood D o N g Z �pow o www z O oo> ? o Hoo .0-.L .9 O N h n¢ r Hoo w (� m c Jar tiG:'+ h Jd:� 00 O N W z LO 1-1VFI.s•J i�I I1d70 m T;- .• LL o W _- = 1- O p a 1I1�Wvs jO IiLJ Cl U Qp - - r w r - I F W z p W G ax ¢ z U �I�� ro J zO J N m N a s r II U W t=q X zz w mW z O m W O mIU m Z N � WZ U K UO U F m�a'o� �yY W r.• V OOaQwx ap r c 1•, U� p Ud JCNF wK- ma [ -^ az W< p N W F Zw N p I L7mQ N _ Zo N " { O ®) aZ oo Z Opo LLT J m; iv CZE <,L i 3i3MONOO 1N3W30 <.,p'c,jx w O a a UOi1VHdSV30Hid30 p=o 1.=1w O II U oA 'XVW.E-'NIW.919Z w pm xU Y 0 inomvs d0 H1d30 =u Um oi lt Hm �a 59 DoZ Lu m oo&t� o�UaZW O�¢ a¢� ,.•a� _ ti Z kw........ � a I Z [I NIW ~ z 00-1 =w V } F �w aJLL �m L W ap N W Foz Nom} OF y coir ollwl- (A xKx , zomz ¢NF oHinz Imv. FO�w xWZ �� Is ?m Nzow UUp >aMiz ti NwV> _¢-`�� 3>w WwUG K w wc7a z as ¢¢G LLjza O y ac Na- O z 063 O ® O¢ N aaw Gi mal z _ J� O �Z F Ja Z JO O a ry N r t O p_ rn Q N 7 O S N -0.5; N a n m @ mCL LLI'o [ C @ ^ w >p Ln 4r.?- 0oma ° a ° �� �! fF° 2 - Ll m m N L m U J c r1 0 (7 �.^ ' W U - o m� m LL in W.L. NVR coia� -_, h.Pd�yW a Z 2 m5^ - E a °-0 E �m c E m Tn o rri� c p € .�.:.:.;�*.,cam,'.".•"'' o O ..1IL m m c c L ° 3 �L �a ,c a m c :, r �}ar�r;* 2. J " Lr _ e` Q N *�.4-' k�V s I0 o OD .°.. _ F• V T' tj w p me Lai a- a rr��S 4 Q L i yl> xx CLL C O>m N O c@ m U y m _OZ c .o-. ami m @- ° >,c N m uI Ln a @ w �fD. ��� H Q of i o c°�m o f nN N c o c X v m w y v E H m �[{,], PQ` o= m ui o m E o 01 O!`l c v @ u °i« Q h. @ of a> oo 0 ca •Emm 0-m `c4= a m� �c � � Z W 3 -2 -m N L C C O@ m C N c 7 E a U =y c- 2«N N m L C 7 O U� 1 co @ o n 20 N� C pE O- '0 L 7 E V N N N L C O U.- C N�Jpy' m O U)w. N > Z N p c L U O r N -]N p d 7 n U m C. L J N m C O n m « xX @ mw m m v o m N O nN C m 0w m 0- C «w° Sw NC m� @ m> a mw a o 7 -0c�E[c o V o"@ r 7 m ° U)•p C.L-."N nC m U' t..h `?C a0 Fm C U la�W Ea Rz: N V a' a O C N N N N @- L@ 0- Lu O w e o« @ ow Y 2 c v o o N•- o m m Jt @a.- m N-m e c a moo mE �3 0 o d«@ «Qj y�L-a oo mN am_v�= me^�mc�m$=n O x L n Lm as @@ N o n3 c Nvi mo -00 OED 2 >-Zp@=-7o za Z mr N o f °I m @ m 3 -� m o N m? pa �� m m c7i2 wov7 °m z c �- c m w =.D E r-r E c @ v c m� t" m�c vs��L-c c nc O OwO aE 7-o N- 3 7 LU m@VU @@ L Nm NCLNm almNCUJN> �-�-•C @ C p C n0 n C J J C °« Q V la �lL Nr_ w N mZ"CO m J« ay @ QJcJ� mm Ot OY m OCN E 7�Om CL-0 _�� ON C= n2 O' mE>vjCpa J C L nv Ola N m n C n E w m NUI O N J O •J x c m .W a w V a N«W ¢ m 0 m O C 0 GO O m L..N N 'j,O N U a:N m m d m C U L>b N C N Vl C L C N a U.o tll w_�J �V E @ @ o ��@ @ p @-3 o am- m �a ~ L a@ ? ° 7J mOa yo 2 aaNIm nc O)U 0, 0-02 ° m O E O E y N"'O N L L N C U y U y 00: C L pia 3 C O'N 7$.-3 m C @ ac L o« cN._a m CL 0 _5 ."« _ a0. C N N J 22 ' E U) J E C LL.3« H m 0 U o N m (A U ¢N w 2 ¢ )@ Lma }-@•L...m l0 N@¢ j CV M •7 Ln LD t` mi °i O CV M a w 0 z O O O Cl) 0 Q [7 zz I" ~ z W N W J mn Z p 3 O Jim Q F N zp I' U Q o 0w F ']LQklddtl J O w g J J .9•�4 ¢ o Lr f¢.. z S� w w U 00 W N H@ �N ow OZW O wW OS 1 C ❑z UN N UN z 5 1 ai3 4 w W Q I C<,, � J N Q h xUYlddb r'? . ��IWw MM U 3 •alw� � Nav_� a zr wJ a MU t O } >m i>, = j O RNK F ? z0 �gy o N� N ~ j F w z No � �OWJ O ow L_� yNa C~7 oN w z _ o I 0 F r1 o m -j z z a O gam'.." Jz "m 0 o cc z iL G =U1� z< y� w ~�OT O'w- 0.0. U pa uNl -+w U¢ {{z wOQ N HO RIX a �"g L [`1 = L r ow owZ= oN r r cWz � ON ya rjjN OJ x i� a ~c ONgc� W W t o ;ap W NW = U a r ga O I j W O ° L'x J of 0 w J c F a �y z o [� �p�1iy WdG x o > q .L i= jOw .w QQ 0 Q Z 3 w 01 p k ra S=tr wt Z H '► p a w �w N W 0 �' sa p0 CO z mo rn Umw r= K� a3p zoE Do ULL OW �� 2Q O r zQ oza m r z UK Z ❑2 zw Zw J Ua U -- --- a z WOaw zz O ----- w �Za Lu �W J y..A rxnz= oww Y m 2 ,0, Z" W¢ a �f L)oZ r � y 2mw W �7 'NIW Ul U' a3 zp2 ]m O �w pp .4Z 0m J wma c0i� I I w � a U)U X `4 JW a m m la - w fo z0 p V 3a U I NO 7 O z I O U 7 I o 0 I [D r Z a I 7 7 I ~ LU O rn W U O m z O V U I Z �3oa o wOLL� r �wmo Mz waW CO) Z a cc 0 m ~ c Umt. W oaz0 O o0o r r mw z az wJw W c oT W(7m F utaga ? U >w mow o_ a W> -'z 0<: Or aW F maa rnzx p> z p2 w - zw jll ~�a • w> 00 o�wZ,o =3W 00 wx> O ?� oo� w ww Jau! O O CU z Ina zgw 1=n� ^ U F- w pW pZ> Za F ¢ ��rx w �a z ot- v¢ m cc W rO UOx m� H M� --- ap 302 oo N ( J o� 6 °m � a 000 Z, U U z D W ---- wN w ww y z a ��' m w3 .4L r U 'NII'J O O O �" 2 H na z U >a H 0 0 2 4 co z W m X 1� m 0 W z O Z� z 7 O r v n o F J N C N V �_mcc ZE`o o< O T 4 a m m o m6 d rn 'g V ��+ a Z w r o CLM 7 ,, _E w = m.E FT m 73 o W a'crn v Ci ,]�. /J E J p17 W m �ry 4 �L t`0 Q },ia�/1 Ah ! _ �` i 1 L OGm'2 IL 0 � m n- rn fd kyr' w Z cl �F c m J» m �+ r. -00 m c �e o W mY 3o CEE7 0 }} pad. a $ �m u -e '�ydyp a _c� ,Ww e�� w w _ � Z m U1 0 m C m a .W d N °�v Q ���V/I� 4� mm V mm-r- '!] C vt CY W W m CL m W O y C O C a Ln t m 0 y 01 J W F < U N W m L O � � W -YWpYajN � m � f � �3m� CD --J X03W= W3msi- ma o mcLi o m d Oyu' 9, Z,.v� U m0 L J m ` m[p C O C O 0 v t C W a Z• W ma o va 1, °�� n w .g m m mWao spm=r. c °n m8 ma Hm�ari� s ''„j�� �> ii w0 23 O 2 ry m a Co z 0 0 0 2a2 z' m z i � z” � o2� J F vX�0 p F 2 o o -� i.--.—. ul m rc =o aLLm XViP.6 < az owo o �mw Mmm J w � m W Q (7 m r z LL J OQ WQ I 2 .D£Ol.9z O Q L1 SN3'd39 1118 A9 WVIb 0 N N O Q Z a � V 0 W W W U1 > W 0 Na ULLI �v O LU U M ~ U N ZW La O = U m Ro -! w a w a roa. a owo a a �a a p= a o w o ED W� W J V Y Z W} X It w 0 Uto, Oen ,O1 O N �� 3� v �> wom ,n mam I.I a o 3Y 3W0 w azo W U W a H W 70 7 N F=-N t%) W 0 f^ � N M v a z Z �a Q cZ r xz uj \ � 1,91/6 NE 000000 mz I \O W F x LL'VWI hi Cx apX Lu Er Q 4 > a > ! h 1i l� lyy+ 11 W 2\ n Q �-o I aLu U .+ Mla a COY II J� ^� .�J L___ ., m O N - a .t ! z 0 V O ............. ..... I, 1_ ., i I M af fl W a. a o .4/£ N Q to N a .s/s W F.- QEn Ln o Z o F- 3 °° a X _ it 9l/£ p z� w0 o m Z N 7 N Q Z W u140 Ln, f]C M h O N¢`a a a 3 w/ H T J (n N N ^� ar mZ_ a N � W w �w_ LLJ ZO o w� U N `<L W QV V Ji,iN H Z N I W S^ Q - _W VJ _ �w0 O V> N CL WAummu r y U W Of 0 ~0AQ oa i 2 N w J 3Z UJ wW , -1 WO v r❑ Q Fr =N O �V7 r O H- LLJN H N M 4 r� Z W J T S I) � 1 � J W � ~ J O W O W r tn J Q:.. _ C � M g1P 7 W Q \ a Z II ! UN .B/L Z N J Y m O a 3 o Z N JL O a� OV 1 4 N O 1 � W I I a z cM d T" o � 0 x M V) ¢ _8/5: V1 JU1 O W g x r 2 J 00 � Z Ld io ..SIS O -� z a "I `` LO / o O p W Z O Dof i I = < 0 v 0. Q N V _._.._. - V) r a as W J U n w J 0 N z Q "Or I.L O a LL N WW O C Z c W N p` {{ LL V I a I a n, O d m et w r r r.J rr r� U W � J m Q � a 3 ul� I I I I i I s N 0 a x Z O }a :5 �o V>0 oz o iN w~ (n w!r 7 F V <U V)WDY2pj U � �} <L mLLi I mQ�W W = U �Xw Q w = � (V V1 Z Q w O X W N N N W W z F- -J � W J V) m N ZWQ Q IZWH yl F UJ L) F- cy o f O _w z J <V=,Z as 'vai~ V) ,�, omQ Q a a w F w J P- F- U } d'- V)D U (n a0 V) wv Oc>w zaww0E- yo J0 F J � a (dJl) NIW „g Jv� cn:20- o 6 Lu J W 02 WQO w OL�xU w � Ox ,a0 <LLJ 0 z0V> z x QM J(n J W F- U o = Q W0 OQ w F- V) Z J Z z w � r Z awz��Q aF- 0 < Q CY�w W Q p 0 0 0 Z mUN O0E- J • } 0- O O Q O Q Q O(If O LLJ V)a U ~ U 0 U)c)of o w J vi m 0- z I O N w H Q 0 w � O_ Lf) O Q .: wo�N� J ZWF- � U O -�' d N H a Ch w z J J J N H } w W z0QI w0F ¢ Q z LLI ~ =U 0 y Z W N w 2 V U z LLJm z�< Lo M< z O= O O Q Z 2 Q U N w Q V D of of ch N JJ :2Z W W D 0ZIY QO O V, Q W : J 0U, �VW)EnZ 0Low0af w Z O a 0 � m ��ozQaN0 ~ x � WZ �/� JaZ JOQO� = Y/ J I o� ZQW J Z jz0 (n MQM m 0 Z p O 0 = z Up Q X z 2 W O�otrw ZF O J 2 w0 T- 0 O� U z Ln cD r� Qto O w w Z .rr O O O W Z z V 0ZF— O� w 0 w2twn 1 � w0 a oQ UT W Z 00 V) Q J v - LLJ v� VV)< zULu O LL, �� Qmwpr\ O J z O Q U W Z F Ute^ zoo o� aaQ�� z V,ZW } O Q�J >LLI 0� ATS 0 LLI C)LLJ Ir o Q -j 0LLI F- W zXOf U �� W J F-W W z O0O OJ W) w U \ F-� (n 0 p 2' w Z W F-Z \x/ Zc) 0� of w pQ O U O W W \X U Q J w W J W Z Z Z o o \� D F- C) z 0 OLLJ�Q� W �pp f zW Q} chZwZa a� N / Qch F- 0W ~ Q :2 Of F-C)f V70� _ J Q W O J T Y U Z d OO Q U Z W U— w O V) W Z w of Y U m !r w Ir Q~z= U V) Q V) Q O Ov CE H m w= J V WL)Z N0 d m 0 0 F- C)Z V)oe D 0= I N0 Z Z J Q z 0 � w W Of Z F 0 w� ?moLLJ w =U Qw V) F— 0O aLLJ a � Nw �0V) NO Lj>oo [If Of Fr O m a i-. w m J o � z Z F- w o ! .`- F W w a Z Q 0 a U j W J U 0} 2 Q W -- 3zvai L`w tea" zz00 aF-3 ofza� JV F-m ZV7 LU0 o wQJ �w0 00to I Q z z O W w ��Q LU Of V7� L� F- !Y �JQ ZW W >WF- ZZQ NZU� Zp "^.. JQZ 0W LU Qz0 00J aV)wQV,z aaQ c�� z w aF-z c�c�a � 0z� 0a wi Q N u0 O N r7 z i M ad c v yl]rt.l y• = Q N g 8 r = v 004.. YJ F- 7 W O cn J 1' � - W= m ; E ,02 LUOD UO 'k pN ❑ma6y %��:` WOwLL OQ WZY 00- QCc a 0¢ � w w (nmzna m o�W aa acmX om< WX c ¢ Orn O UILL M c 0 N-ol12 p ¢N O (n 0) .' ..9•.E Z M �a 2m2 tj 10 O D m¢F .}0 a L m� C m C1 -_ i •4 _ _ _ _ _ _ _ a m �" ... CL >-S E a ■r� W c dfn m m d - J w 0- `� T (£310N 33S)-.4L Sflld..H.. W y4 rm to v W HO.0-.9=.H. a a i,4 - m a m t; m S L 1 _ mmW a L a � ,k _ � � UM m.DO m m H Om F i j ¢ W n�v E a ❑w D 0 z ..—.... > wo C, m C yK U W� l~.1 N 2 C x m W Z xp ❑ Lc �Ym G m CO)o LLp w p ¢J }m i a N N m Cn DZ W ❑m -0 O h O C m a D y LL m ¢w W O O K N m O m « �w ¢ 1 Kw xx W W aD tp > ¢ W W Ifm/1 Z m w d `m 0 i o y = No 5 5 ~¢ w¢ a d c g E yyy Z z z a z LL a C a OLL J z G CH V h X Z Z2j O V- ~ 2W HW m0 00 v 3C7 p a xo ~ W� �m LZ m a m ¢ aOLLm 0¢ O O m5 �j Wp < rR m� C c t7 MLLp Z w� m m O a0 IxgS U pl 0 � O F0 OOm O ❑� K K xW ❑W ¢U w m O m w� �a> oLL x x c� z. 3¢ F in vt �z 0.� a �o Z Z o o Sa 0 O a 2 N of v wU c�c9 of ( .\ 33S) w� a QUA OW5 on t - LU w G I�.... -..•.... 1 - _- - fO 13 - O nv ru n. •' '' ILL r,m m^ mw to F z 20 Oa rJ0 w .Z «4 . .8 LL yL 0� oU wx O� IL U¢ -❑ ¢� ¢ a❑ A - w� O ZW LL Ow FO ¢Q❑ ? DOW _ O UO w J m mW .9'.L m zW I c� p in V)2: 1 Win _ zN D oo !.- w 'O w wQ ¢w^ aF w LL� H wm 0 wo� wm w w o F d~ ❑ z Z w U X �F� a U ❑ W Z W = DIM ?w �xzo F fAMZ - ¢ O ❑X��.. LL 2�1 OF ❑ U Q 7 w LL $TLS H }W .0 o> z m a a I., m<m< s w� D Z a ¢ W w WIeW=m� ❑wm mU zi w a_ mWm<z ¢¢O > awLi? w�3 �_ D¢ �g F� �o�w�m za? z_ _m _ # �Z ------------ ❑ algap$a oza 4 O 1 zm aCror� '- J _ 0 �_ m��woz ♦ ^ z F -� i O IL � a :fir W � zoti F r w� Wz z O g . �`� 5}� z 88d J r Ww mm OW� z�aw Wa yL-�1 �( W 9t!£ ' :. W z3 zw m0 zUEjE = Q < 1. f...,.! o w~ 'vim wo oJU�cci `----� z ~� 3 � sH 0,wzaw zo rc .yam e}a ry z~ m<wno50z¢ jrw wv W� lea xw ?f0 2F OOw WW z oVO�U ¢� 1G G, w¢ �f QQ w0 m� wpzS+f o0 o� a J �� o;_a -W FO nz .. Od z z__m o= o� n❑ F w Q Ug Z ZOm w d 0 U N Ip w 1130011 NN33 A9 NMVdCl Z o s �m o o ►�. 8 W � co t C ozm W J Z 0 E w dF LL oLU V o W w H L �'�o`��`y y a � a o < g W7 C ¢ y u a a z a of}a pZ~ wZ w w S ZNW QQ7y > N w x N ¢NWS xz U¢Nw Gaw kEDo3 W ¢�t/1 ¢mULL Z0 5i CO W � o jW U)a a Z W LL` Q 0 LL '..'----1 w o W J a m w -— — rn Q z Z z CO a Q J d � a z _ GO - k z w m Cf) a m v do '+- <> > f /I W rn r Q W Oz 4• / '. W • r5' at ® & s s u opS z J z Z Z. ¢ �J w J Zl ZW > w K F W F- w s. 0 > vxi mcg ww w 3 ¢� J a wuUiam �� ZJOJ 010, waw z wzlZ> a w w , -.__---...........-__.� F¢¢ maom C7 U yw S x Z 0 LL WN to�N ,y.w o w z w¢Z a a 00=� w J z o Z3 o <GQ ~m Q 7¢Y Do as R NyOS as 6 w O N=NJ=J J N Y <,:j5 Pa ¢a00�� 02JOjAO VSII A9 NM'da0 Y Z o F ►�-1` S Q H d 0 0 2 IL W e C m Q -p .1 OIL Q 4 �3 0 AO-Tl z V F p o Q a '•:'�m•, •� H acc vJ LU R 4 r OW o Q z 3 w m - _. m L a w � w r MW � ` z m m o W,w a o WDLLW"1= M z vqG� 0 O m Z cull R wU nOmW J r Q Q DLL [0 ��� J2o� m z Dor y ooam W ao¢¢ U m w R Lu Z J W m ..�':..'_�... CD > w — COP -iwaD (L a- m m of(n o a O W O a a 0 O 'd VLLI f m o t CJ z LL w �o w N ZZ Q U m 02 Q Q y _ m WWSo q , r ¢ 3W a >� Q> w zzmo i� ✓ �^ O-j k� Fam LLm r •n y.' a Jy , F1 0¢ `J O a w ��7 p z z U) m r w Qo r w a LU LU co U3a + rS W J C U W S U W m H m3ir W ww . a w m t= l�l W II Z LU 01 O W LL=m W W 0 W J J Z. Z Q r LL N t g`r mM m»poam? UNNU)0 W(.7m y a5a°O55°o5z Y �nci.-.mwmma^ 0210AA0 VSII :A9 Nmvda APPENDIX B PREVAILING WAGES AND BENEFIT COBE KEY 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. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight(8) regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight(8) regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten(l 0)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 1. 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. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 Benefit Code Key—Effective 8/31/2019 thru 3/3/2020 Overtime Codes Continued 3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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(I-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%)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. 1. 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. J. 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. 6 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. Holidav Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas, and Christmas Day(8). C. Holidays: New Year's Day,Presidents' Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). 8 Benefit Code Key—Effective 8/31/2019 thru 3/3/2020 110 idav Crudes C ntimied 5. 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. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 9 Benefit Code Key—Effective 8/31/2019 thru 3/3/2020 Holiday Codes Continued 7. 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. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays:New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 10 Benefit Code Key—Effective 8/31/2019 thru 3/3/2020 Holiday Cts€ies Continued 7. 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 Holida2v 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. & 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 9. 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 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 11/26/2019 Courli_ Trade ' tion Aa HolidayOvertime Note*Risk Class King _'.batement Journey Level $50.86 5D 1H 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 Emptoyees Janitor $25.58 5S 2F i View King Building Service Employees Traveling $26.03 5S 2F View Waxer/Shampooer King Building Service EmuLoyees Window Cleaner (Non- $29.33 5S 2F View Scaffold) King Building Service Employees Window Cleaner (Scaffold) $30.33 5S 2F View King Cabinet Makers (In Shap_} Journey Level $22.74 1 View King Carpenters Acoustical Worker $62.44 7A 4C View King Carpenters Carpenter $62.44 7A 4C Vei w King Carpe:r:-11 Carpenters on Stationary $62.57 7A 4C View Tools King JCreosoted Material $62.54 7A 4C View King Carpenters Floor Finisher I $62.44 7A 4C _ View King , ei}t='r= Floor Layer $62.44 7A 4C �I View King Carpali -2 r.- Scaffold Erector $62.44 7A 4C View King Cement Masons Application of all $62.97 7A 41J View Composition Mastic King Cement Masons Application of all Epoxy $62.47 7A 41J ', View Material f King Cement Masons Application of all Plastic $62.97 7A 41J View Material ..................._..- King Cement Masons Application of Sealing $62.47 7A 4U View Compound T King Cement Masons_ Application of $62.97 7A 41J View Underlayment King Cement Masons Building General $62.47 7A 41J View King Cement Mason.: Composition or Kalman $62.97 7A 4U View Floors King Cement Mas 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 $62.471 7A 4U View King Cement Masons Curing Concrete $62.471 7A 4U View King Cement Mason! 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- $62.97 7A 4U View powered King Cement Masons Grouting of all Plates $62.471 7A 4U View King Cement Masons Grouting of all Tilt-up $62.47 7A 4U View Panels 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 $62.471 7A 4U View King -".,.,ent Masons Patching Concrete $62.471 7A 4U View King Cement Masons Pneumatic Power Tools $62.97 7A 4U View King Cement Masons Power Chipping Et $62.97 7A 4U View Brushing King Cement Masons Sand Blasting $62.97 7A 4U View Architectural Finish King Cement Masons Screed Et Rodding Machine $62.971 7A 4U View King Cement Masons Spackling or Skim Coat $62.47 7A 4U View Concrete King Cement Masons Troweling Machine $62.97 7A 4U View Operator King Cement Masons Troweling Machine $62.97 7A 4U View Operator on Colored Slabs King Cement Masons Tunnel Workers $62.97 7A 4U View King Divers Et Tenders Bell/Vehicle or $116.20 7A 4C View Submersible Operator (Not Under Pressure) King fivers Et Tenders Dive Supervisor/Master $79.23 7A 4C View King beers Et Tenders Diver $116.20 7A 4C 8V View King Divers Et Tenders Diver On Standby $74.23 7A 4C View King ers Et Tenders Diver Tender $67.31 7A 4C View King Et Tenders Manifold Operator $67.31 7A 4C View King bivers Et Tenders Manifold Operator Mixed $72.31 7A 4C View Gas King Divers Et Tenders Remote Operated Vehicle $67.31 7A 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $62.69 7A 4C View Tender King Dredge Workers Assistant Engineer $56.44 5D 3F View King r: J , %.)i-vers Assistant Mate (Deckhand) $56.00 5D 3F View King 1e lvliorker; Boatmen $56.44 5D 3F View King Dredge Workers Engineer Welder $57.51 5D 3F View King Dred-,e Workers Leverman, Hydraulic $58.67 5D 3F View King Dredge Worker- Mates $56.44 5D 3F View King Dredge Workers Oiler $56.00 5D 3F View King Dr wall A p ticator Journey Level $62.44 5D 1H View King Drywall Tapers Journey Level $62.94 5P 1 E View King Electrical Fixture Journey Level $30.59 5L 1 E View Maintenance Workers King Electricians - Inside Cable Splicer $83.171 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $89.34 7C 4E View King Electricians - Inside Certified Welder $80.36 7C 4E View King Electricians - Inside Certified Welder (tunnel) $86.25 7C 4E View King Electricians - Inside Construction Stock Person $41.481 7C 4E View King Electricians - Inside Journey Level $77.551 7C 4E View King Electricians - Inside Journey Level (tunnel) $83.171 7C 4E View King Electricians - Motor Shop Journey Level $45.08 5A 1 B View King Electricians - Powerline Cable Splicer $79.60 5A 4D View Construction King Electricians - Powerline Certified Line Welder $72.98 5A 4D View Construction King Electricians - Powerline Groundperson $47.94 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $72.98 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $72.98 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $62.06 5A 4D View Construction King Electricians - Powerli Meter Installer $47.94 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $72.98 5A 4D View Construction King Electricians - Powerline Powderperson $54.55 5A 4D View Construction KingJourney Level $51.07 7E 1E View King L.cYdL6i Mechanic $94.22 7D 4A View King Elevator Constructors Mechanic In Charge $101.73 7D 4A View King Fabricated Precast All Classifications - In- $18.25 5B IR View Concrete Products Factory Work Only King Fence Erectors Fence Erector $43.11 7A 4V 8Y View King Fence Erectors Fence Laborer $43.11 7A 4V 8Y View - ............ _ .....___ ------------ Kinin Journey Level $43.11 7A 4V 8Y View King Glaziers Journey Level $66.51 7L 1Y View King Heat tt Frost Insulators Journeyman $76.61 5J 4H View Asbestos Workers King Heating Equipment Journey Level $85.88 7F 1E View Mechanics King Journey Level $52.44 7A 4V I 8Y I View Hod Carriers Et Mason Tenders King Industrial Power Val_,._ Journey Level $12.00 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen IDeckhand $57.48 5B' 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.891 5B 1K View King Inland Boatr--- Mate $57.31 5B 1K View King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 View Of Sewer Et Water Systems Operator By Remote Control King Inspection/Cleaninq/SeaL. Grout Truck Operator $12.00 1 View Of Sewer Et Water Systems By Remote Control ^ King Inspection/Cleaning/Sealing Head Operator $24.91 1 View Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 View Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 View Of Sewer Et Water Systems By Remote Control King Journey Level $62.44 7A 4C View King Ironworkers Journeyman $72.18 7N 10 View King Laborers Air, Gas Or Electric $50.86 7A 4V 8Y View Vibrating Screed King Laborers Airtrac Drill Operator $52.44 7A 4V 8Y View King Laborers Ballast Regular Machine $50.86 7A 4V 8Y View King Laborers Batch Weighman $43.11 7A 4V 8Y View King Laborers Brick Pavers $50.86 7A 4V 8Y View King Laborers Brush Cutter $50.86 7A 4V 8Y View King Laborers Brush Hog Feeder $50.86 7A 4V 8Y View King rers Burner $50.86 7A 4V 8Y View King 'rers Caisson Worker $52.44 7A 4V 8Y View King -aporers Carpenter Tender $50.86 7A 4V 8Y View King Laborers Cement Dumper-paving $51.80 7A 4V 8Y View King aborers Cement Finisher Tender $50.86 7A 4V 8Y View King Laborers Change House Or Dry $50.86 7A 4V 8Y View Shack King Laborers Chipping Gun (30 Lbs. And $51.80 7A 4V 8Y View Over) King Laborers Chipping Gun (Under 30 $50.86 7A 4V 8Y View Lbs.) King !)orers Choker Setter $50.861 7A 4V 8Y View King Chuck Tender $50.86 7A 4V 8Y I View King Clary Power Spreader $51.80' 7A 4V 8Y View King L,.!b, r� Clean-up Laborer $50.86 7A 4V 8Y View King Laborers Concrete Dumper/Chute $51.80 7A 4V 8Y View Operator King Laborers Concrete Form Stripper $50.86 7A 4V 8Y View King Laborers Concrete Placement Crew_ $51.80 7A 4V 8Y View King Laborers Concrete Saw $51.80 7A 4V 8Y View Operator/Core Driller King Laborers ^Crusher Feeder $43.11 7A 4V 8Y View King Laborers Curing Laborer $50.86 7A 4V 8Y View King Laborers Demolition: Wrecking Et $50.86 7A 4V 8Y View Moving (Incl. Charred Material) King Laborers Ditch Digger $50.861 7A 4V 8Y View King Laborers Diver $52.44 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, $51.80 7A 4V 8Y View Diamond) King Ln'borers Dry Stack Walls $50.86 7A 4V 8Y View King L .': 7-ers Dump Person $50.861 7A 4V 8Y View King -ers Epoxy Technician $50.861 7A 4V 8Y View King :corers Erosion Control Worker $50.86 7A 4V 8Y View King Laborers Faller Et Bucker Chain Saw $51.80 7A 4V 8Y View King, Laborers IFine Graders $50.861 7A 4V 8Y View King Laborers Firewatch $43.111 7A 4V 8Y View King Laborers Form Setter $50.86 7A 4V 8Y View King Laborers Gabian Basket Builders $50.86 7A 4V 8Y View King Laborers General Laborer $50.861 7A 4V 8Y View King Laborers Grade Checker Et Transit $52.44 7A 4V 8Y View Person King Laborers Grinders $50.86 7A 4V 8Y View King Laborers Grout Machine Tender $50.86 7A 4V 8Y View King Laborers Groutmen (Pressure) $51.80 7A 4V 8Y View Including Post Tension Beams King Laborers Guardrail Erector $50.86 7A 4V 8Y View King Laborers Hazardous Waste Worker $52.44 7A 4V 8Y View (Level A) King Laborers Hazardous Waste Worker $51.80 7A 4V 8Y View (Level B) King Laborers Hazardous Waste Worker $50.86 7A 4V 8Y View (Level C) King High Scaler $52.44 7A 4V 8Y View King Jackhammer $51.80 7A 4V 8Y View King Laborers Laserbeam Operator $51.80 7A 4V 8Y View King Laborers Maintenance Person $50.86 7A 4V 8Y View King Laborers IManhoLe Builder-Mudman $51.80 7A 4V 8Y View King Laborers Material Yard Person $50.86 7A 4V 8Y View King Laborers Motorman-Dinky $51.80 7A 4V 8Y View Locomotive King Laborers Nozzleman (Concrete $51.80 7A 4V 8Y View Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) King Laborers _ Pavement Breaker $51.80 7A 4V 8Y View King Laborers Pilot Car $43.11 7A 4V 8Y View King Laborers Pipe Layer Lead $52.44 7A 4V 8Y View King Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y View King Laborers Pipe Pot Tender $51.80 7A 4V 8Y View King Laborers Pipe Reliner $51.80 7A 4V 8Y View King Laborers Pipe Wrapper $51.80 7A 4V 8Y View King Laborers Pot Tender $50.86 7A 4V 8Y View King Laborers Powderman $52.44 7A 4V 8Y View King Laborers Powderman's Helper $50.86 7A 4V 8Y View King LaborersPower Jacks $51.80 7A 4V 8Y View King Laborers (Railroad Spike Puller - $51.80 7A 4V 8Y View Power King Laborers Raker - Asphalt $52.44 7A 4V 8Y View King Laborers Re-timberman $52.44 7A 4V 8Y View King Laborers Remote Equipment $51.80 7A 4V 8Y View Operator 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 $51.801 7A 4V 8Y View King Laborers Rodder $51,801 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 $43.11 7A 4V 8Y View Chair King Laborers Tamper Et Similar Electric, $51.80 7A 4V 8Y View Air Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $51.80 7A 4V 8Y View propelled) King Laborers Timber Person - Sewer $51.80 7A 4V 8Y View (Lagger, Shorer Et Cribber) King Laborers Toolroom Person (at $50.86 7A 4V 8Y View Jobsite) King Laborers Topper $50.861 7A 4V 8Y View King Laborers Track Laborer $50.86 7A 4V 8Y View King Track Liner (Power) $51.80 7A 4V 8Y View King Traffic Control Laborer $46.10 7A 4V 9C View King Lx: 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 $120.61 7A 4V 9B View Air Worker 0-30 psi King Laborers Tunnel Work-Compressed $125.64 7A 4V 9B View Air Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed $129.32 7A 4V 9B View Air Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed $135.02 7A 4V 9B View Air Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed $137.14 7A 4V 9B View Air Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed $142.24 7A 4V 9B View Air Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed $144.14 7A 4V 9B View Air Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed $146.14 7A 4V 9B View Air Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed $148.14 7A 4V 9B View Air Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and $52.54 7A 4V 8Y View Lock Tender 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 L.-.'corers - Underground General Laborer Et $50.86 7A 4V 8Y View Sewer Et Water Topman King i_�!).-� r; -rd=r ground Pipe Layer $51.80 7A 4V 8Y View _- W _ Sewer Et Water __ King Landscape Construction Landscape $39.18 7A 4V 8Y View Construction/Landscaping Or 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 she=al ^gib i,..-,ti an 1!� Shap'j Fitter $15.86 1 View King Metal Fabrication (In Shop) Laborer $1'2.00 1 View King 1,tr_-r.: l abrrc: IIn Shoo I Machine Operator $13.041 1 View King Metal Fabrication (In Shop) Painter $12.00 1 View King Metal Fabrication (In Shop) Welder $15.48 1 View King millwrghL Journey Level $63.941 7A 4C I I View King A4udLil-u Dui';c w:i Cabinet Assembly $12.001 1 View King Modular Buildings Electrician $12.00 1 View King Modular Buildings Equipment Maintenance $12.00 1 View King Modular BLIiid nRs Plumber $12.00 1 View King nodular Buildings Production Worker $12.00 1 View Kin, nodular Buildings Tool Maintenance $12.00 1 View King And_i,;:r Suildinas Utility Person $12.00 1 View King Welder $12.00 1 View King - Journey Level $43.40 6Z 213 View King aver Crew Tender $67.31 7A 4C View King F,,1 Driver Crew Tender/Technician $67.31 7A 4C View King Pile Driver Hyperbaric Worker - $77.93 7A 4C View Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $82.93 7A 4C View Compressed Air Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - $86.93 7A 4C View Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - $91.93 7A 4C View Compressed Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - $94.43V 7A 4C View Compressed Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - $99.43 7A 4C View Compressed Air Worker ',64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - $101.43 7A 4C View Compressed Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - $103.43 7A 4C View Compressed Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - $105.43 7A 4C View Compressed Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $62.69 7A 4C View King Plasterers Journey Level $59.421 M 111 View ...............--- King Playground Fr Par- Journey Level $12.00 1 View Equipme, King 'JjffluL�r = - Journey Level $87.69 6Z 1G View King Power Eguiurnenc vu. Asphalt Plant Operators $69.16 7A 3K 8X View King Power Equipment Open lAssistant Engineer $65.05 7A 3K 8X View King Power Equir)ment Operatic. :'Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: $68.55 7A 3K 8X View concrete King Power Equipment Operators Bobcat $65.051 7A 3K 8X View King Power E u7 mvn� O_er_.- Brokk - Remote $65.05 7A 3K 8X View Demolition Equipment King Power Equipment Brooms $65.05 7A 3K 8X View King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View King Powe E_; iipin:2n-_ Cableways $69.16 7A 3K 8X View King Eci..iirii-v-11_ :_Jp_ieaLors 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 - $65.05 7A 3K 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted $68.02 7A 3K 8X View Or Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment 0 erators Concrete Pump: Truck $69.16 7A 3K 8X View Mount With Boom Attachment Over 42 M King Power Equipment 0 erator Concrete Pump: Truck $68.55 7A 3K 8X View Mount With Boom Attachment Up To 42m King Power EquipmentOp tor. (Conveyors $68.021 7A 3K 8X View King Power Egu _ Cranes friction: 200 tons $71.26 7A 3K 8X View and over King Power Equipmenr �L)ei a_c_r: Cranes: 100 tons through $69.85 7A 3K 8X View 199 tons, or 150' of boom (including jib with attachments) King Power Equipment 10r gra:rar : Cranes: 20 Tons Through $68.55 7A 3K 8X View 44 Tons With Attachments King Power Eauit?ment_ Cranes: 200 tons- 299 $70.57 7A 3K 8X View tons, or 250' of boom including jib with attachments King _ Cranes: 300 tons and over $71.26 7A 3K 8X View - - or 300' of boom including jib with attachments King Cranes: 45 Tons Through $69.16 7A 3K 8X View 99 Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operator Cranes: A-frame - 10 Tons $65.05 7A 3K 8X View (And Under King Power Equipment rntnr (Cranes: Friction cranes $70.57 7A 3K 8X View through 199 tons King Po,woj Euuipment Or;: _ Cranes: through 19 tons $68.02 7A 3K 8X View with attachments, A-frame over 10 tons King Crusher $68.55 7A 3K 8X View King Power EquIgment UjDei r Deck Engineer/Deck $68.55 7A 3K 8X View Winches (power) King Power Equipment Operator Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Oprz':ri.: Dozers D-9 Et Under $68.02 7A 3K 8X View 1 King Power Equipment Oyerzt _ Drill Oilers: Auger Type, $68.02 7A 3K 8X View Truck Or Crane Mount King P;j""=r E, uir_me1-_ Dr.erators Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: $65.05 7A 3K 8X View Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $68.55 7A 3K 8X View And Gamaco it Similar Equipment King Power Equipment Operato_ r- Forklift: 3000 Lbs And $68.02 7A 3K 8X View Over With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $65.05 7A 3K 8X View With Attachments King 7 Grade Engineer: Using $68.557A 3K 8X View Blue Prints, Cut Sheets, Etc King Power Equipment Ope: Gradechecker/Stakeman $65.05 7A 3K 8X View King Power Equipment 0 erat_nr ,Guardrail Punch $68.55 7A 3K 8X View King Power Equipment Operat Hard Tail End Dump $69.16 7A3K 8X View Articulating Off- Road __ T Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $68.55, 7A 3K 8X View Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional $68.02 7A 3K 8X View Drill Locator King Power Equipment Operators Horizontal/Directional $68.55 7A 3K 8X View Drill Operator King Power Equipment Operators Hydralifts/Boom Trucks $68.02 7A 3K 8X View Over 10 Tons i King Power Equipment Operators Hydralifts/Boom Trucks, $65.05 7A 3K 8X View 10 Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. $69.85 7A 3K 8X View Et Over King Power Equipment Operators'Loader, Overhead, 6 $69.16 7A 3K 8X View Yards. But Not Including 8 Yards King Power Equipmer .: ;__; Loaders, Overhead Under $68.55 7A 3K 8X View 6 Yards King Power Equ„r _ 'Loaders, Plant Feed $68.55 7A 3K 8X View King Power Equipm_er Loaders: Elevating Type $68.02 7A 3K 8X View Belt King Power Equipment Oper- Locomotives, All $68.55 7A 3K 8X I View King Power Equipmt = _ Material Transfer Device $68.55 7A 3K 8X View King Power” Mechanics, All (leadmen - $69.85 7A 3K 8X View $0.50 Per Hour Over — Mechanic) King Power Equipment Operators Motor Patrol Graders $69.16 7A 3K 8X I View King Power Equipment Operators Mucking Machine, Mole, $69.16 7A 3K 8X View Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operas Oil Distributors, Blower $65.05 7A 3K 8X View Distribution Et Mulch Seeding Operator _ King Power Equipment Operators Outside Hoists (Elevators $68.02 7A 3K 8X View And Manlifts), Air Tuggers, Strato King Power Eqqtpment Operators Overhead, Bridge Type $68.55 7A 3K 8X View Crane: 20 Tons Through 44 Tons King Power Equipment Operator=_ Overhead, Bridge Type: $69.85 7A 3K 8X View 100 Tons And Over King Power Equipment 0 erators Overhead, Bridge Type: 45 $69.16 7A 3K 8X View Tons Through 99 Tons King Power Equipment 0,,, Pavement Breaker $65.05 7A 3K 8X I View King Pnsvur E,_iulpr. - Pile Driver (other Than $68.55 7A 3K 8X View Crane Mount) King Power E ur Li eru DerD,- Plant Oiler - Asphalt, $68.02 7A 3K 8X View Crusher King Pi),v EwDmenL Operators Posthole Digger, $65.05 7A 3K 8X View Mechanical King Povrer Equipment Operators Power Plant $65.05 7A 3K 8X View King Power Equipment Operators Pumps - Water $65.05 7A 3K 8X View King Po,.ve-' EQLflp Ment Operahnr, Quad 9, Hd 41, D10 And $69.16 7A 3K 8X View Over King Povi E'.wirrp=n( Op ter: i Quick Tower - No Cab, $65.05 7A 3K 8X View Under 100 Feet In Height Based To Boom King Pojv�r EgUipment Operata : Remote Control Operator $69.16 7A 3K 8X View On Rubber Tired Earth Moving Equipment KingEquipment Operators Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, $68.02 7A 3K 8X View Bellman (Certified) King Power Equipment Operators Rollagon $69.16 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant $65.05 7A 3K 8X View Mix King Power- Equipment Oner._itor• Roller, Plant Mix Or Multi- $68.02 7A 3K 8X View lift Materials King Power gnu ,J6; F Roto-mill, Roto-grinder $68.551 7A 3K 8X View King Power EnuiDnient Oc'e+ ISaws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled $68.55 7A 3K 8X View Under 45 Yards King Power Equipment Operators Scrapers - Concrete Et $68.02 7A 3K 8X View Carry All King Power Equipi-nem '?peraLors Scrapers, Self-propelled: $69.16 7A 3K 8X View 45 Yards And Over King Power Equiprnent Operators Service Engineers - $68.02 7A 3K 8X View Equipment King ,,,,,R :,' r r,; n[ a er ,'L-,rs Shotcrete/Gunite $65.05 7A 3K 8X View Equipment King Power r i!!i 3ment Ocerators $68.02 7A 3K 8X View Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons King Power Equipment Opera_ Shovel, Excavator, $69.16 7A 3K 8X View Backhoe: Over 30 Metric Tons To 50 Metric Tons King Power Eguipment Shovel, Excavator, $68.55 7A 3K 8X View Backhoes, Tractors: 15 To 30 Metric Tons King Power Ecu pment 0 - Shovel, Excavator, $69.85 7A 3K 8X View Backhoes: Over 50 Metric ,Tons To 90 Metric Tons ..... — King Shovel, Excavator, $70.57 7A 3K 8X View Backhoes: Over 90 Metric Tons Kingfin= I Car- Slipform Pavers $69.16 7A 3K 8X View King Power EaUiDment Operatc Spreader, Topsider Et $69.16 7A 3K 8X View Screedman King power Equipment Oper 17- Subgrader Trimmer $68.55 7A 3K 8X View King P,)wer E.,ii nprnent Of ern:_:; _ Tower Bucket Elevators $68.021 7A 3K 8X I View King Power Equipment. Operate Tower Crane Up To 175' In $69.85 7A 3K 8X View Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $70.57 7A 3K 8X View through 250' in height, base to boom King Power Equipment Operat,. Tower Cranes: over 250' $71.26 7A 3K 8X View in height from base to boom King Power Equipment Operate Transporters, All Track Or $69.16 7A 3K 8X View Truck Type King I Power Equipment Opera_ Trenching Machines $68.02 7A 3K 8X View King _qrrntmnt Op r;.;o; Truck Crane Oiler/driver- $68.55 7A 3K 8X View 100 Tons And Over King Power Equipment Operators Truck Crane Oiler/Driver $68.02 7A 3K 8X View Under 100 Tons King Power Equipment Operators Truck Mount Portable $68.55 7A 3K 8X View Conveyor King ?ower E(,.. Welder $69.16,' 7A 3K 8X View King -=Ower Equil'.„ Wheel Tractors Farman $65.05' 7A 3K 8X View Type King :)v!er Eq,jipment Yo Yo Pay Dozer $68.55 7A 3K 8X View King Power Equipment Asphalt Plant Operators $69.16 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Assistant Engineer $65.05 7A 3K 8X View Operators- Underground Sewer Et Water King Equir.-rno-nt Barrier Machine (zipper) $68.55 7A 3K 8X View Operators- Underground Sewer Et Water King Batch Plant Operator, $68.55 7A 3K 8X View Concrete King Power Equipment Cranes: 300 tons and over $71.26 7A 3K 8X View operators- Underground or 300' of boom including — Sewer & Water jib with attachments King Power Equipment Cranes: 45 Tons Through $69.16 7A 3K 8X View Operators- Underground 99 Tons, Under 150' Of Sewer Et Water Boom (including Jib With Attachments) King Power Equipment Cranes: A-frame - 10 Tons $65.05 7A 3K 8X View Und_--2r-Dur, - And Under Sewer Et Water King Power Equipment Cranes: Friction cranes $70.57 7A 3K 8X View u)era; rs- Underground through 199 tons — Sewer Et Water King Power E -)ment Cranes: through 19 tons $68.02 7A 3K 8X View Cil- : with attachments, — Se A-frame over 10 tons King Power Equipment Crusher $68.55 7A 3K 8X View Operators- Underground — — Sewer Et Water King Power Equipment Deck Engineer/Deck $68.55 7A 3K 8X View Und-,i : Winches (power) — Sewer Et Water King Power Equipment Derricks, On Building Work $69.16 7A 3K 8X View _"n&�graund Sewer Et Water King Power Equipment Dozers D-9 Et Under $68.02 7A 3K 8X View Operators- Underaround Sewer Et Water King Power Equipment Drill Oilers: Auger Type, $68.02 7A 3K 8X View Operators- Underground Truck Or Crane Mount Sewer Et Water King Power Equipment Drilling Machine $69.85 7A 3K 8X View Operators- Underground Sewer Et Water King Power- Equipment Elevator And Man-lift: $65.05 7A 3K 8X View Operators- Underground Permanent And Shaft Type Sewer Et Water King Finishing Machine, Bidwell $68.55 7A 3K 8X View And Gamaco Et Similar Sewer Et Water Equipment King ''ow�-r_Egi:i[)ment Forklift: 3000 Lbs And $68.02 7A 3K 8X View DIDer a10s-- Under6r0und Over With Attachments Sewer Et Water King Eguipment Forklifts: Under 3000 Lbs. $65.05 7A 3K 8X View Operators- Underground With Attachments — Sewer Et Water King Power Equipment Grade Engineer: Using $68.55 7A 3K 8X View Operators- Underground Blue Prints, Cut Sheets, ^ Sewer Et Water Etc King Power Equipment Gradechecker/Stakeman $65.05 7A 3K 8X View Operators- Underground Sewer Et Water King Guardrail Punch $68.55 7A 3K 8X View Power Equipmen!- Oper-ators- Unde, Sewer Et Water King Power Equiprntry nt Hard Tail End Dump $69.16 7A 3K 8X View Operators- Underground Articulating Off- Road Sewer Et Water Equipment 45 Yards. Et Over King Power Equipment Hard Tail End Dump $68.55 7A 3K 8X View Operators- Underground Articulating Off-road Sewer Et Water Equipment Under 45 Yards King Power Equipment Horizontal/Directional $68.02 7A 3K 8X View Operators- Underground Drill Locator Sewer Et Water King Power Equipment Horizontal/Directional $68.55 7A 3K 8X View Operators- Underground Drill Operator Sewer Et Water .... .__. .... King Power Equipment Hydralifts/Boom Trucks $68.02 7A 3K 8X View Operators- Underground Over 10 Tons Sewer Et Water King Power Equipment Hydralifts/Boom Trucks, $65.05 7A 3K 8X View Operators- Underground 10 Tons And Under Sewer Et Water King Power Equipment Loader,Overhead 8 Yards. $69.85 7A 3K 8X View Operators Underground Et Over Sewer Et Water King Power Equipment Loader, Overhead, 6 $69.16 7A 3K 8X View Operators- Underground Yards. But Not Including 8 Sewer Et Water Yards King Power Equipment Loaders, Overhead Under $68.55 7A 3K 8X View Operators- Underground i6 Yards Sewer Et Water King Power Equipment Loaders, Plant Feed $68.55 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Loaders: Elevating Type $68.02 7A 3K 8X View Operator�Under round Belt Sewer Et Water King Power Equipment Locomotives, All $68.55 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Material Transfer Device $68.55 7A 3K 8X View Operators- Underground Sewer Et Water King Power E ui ment Mechanics, All (leadmen - $69.85 7A 3K 8X View Operators- Underground $0.50 Per Hour Over Sewer Et Water Mechanic) King Power Equipment Motor Patrol Graders $69.16 7A 33KK 8X View Operators- Underground Sewer Et Water King Power Equipment Mucking Machine Mole $69.16 7A 3K 8X View Operators Underground Tunnel Drill, Boring, Road Sewer Et Water Header And/or Shield King $65.05 7A 3K 8X View Power Equipment Oil Distributors, Blower cs -?geraroUnder �.ard Distribution Et Mulch _ is Sev2er :_ =r ISeedin, Operator King Power Equipment Outside Hoists (Elevators $68.02 7A 3K 8X View Operators- Underground And Manlifts), Air Tuggers, Sewer Et Water Strato King Power Equipment Overhead, Bridge Type $68.55 7A 3K 8X View Operators Underground Crane: 20 Tons Through Sewer Et Water 44 Tons King Power Equipment Overhead, Bridge Type: $69.85 7A 3K 8X View Operators- Underground 100 Tons And Over r+ VV-er King .. 2nt Overhead, Bridge Type: 45 $69.16 7A 3K 8X View 'Deratc _lnderground Tons Through 99 Tons King Power Equipment Pavement Breaker $65.05 7A 3K 8X View Operators- Undergrour,' Sewer Et Water King Po_ wer Equipment Pile Driver (other Than $68.55 7A 3K 8X View Operators- Undergrou. Crane Mount) Sewer Et Water King Power Equipment Plant Oiler - Asphalt, $68.02 7A 3K 8X View Operators- Underground Crusher Sewer Et Water King Power Equipment Posthole Digger, $65.05 7A 3K 8X View Operators Under; Mechanical Sewer Et Water King Eni-3ipm.:�17t Power Plant $65.05 7A 3K 8X View Operators- Underground Sewer Et Water King i'o, 1,. Pumps - Water $65.05 7A 3K 8X View — Sewer Et \` King ?ower Equipment Quad 9, Hd 41, D10 And $69.16 7A 3K 8X View Aerators Under ;noun(; Over Sewer Et %later King Pewex En ni-ni_n Quick Tower - No Cab, $65.05 7A 3K 8X View Fjerat.o - Un-i==r_ar: Under 100 Feet In Height Sewer Et Water Based To Boom King Power Equipment Remote Control Operator $69.16 7A 3K 8X View Operators- Underground On Rubber Tired Earth Sewer Et Water Moving Equipment King Power Equipment Rigger and Bellman $65.05 7A 3K 8X View Ji}ei ,.ars Urder round — Sewer Et Water King Power Equipment Rigger/Signal Person, $68.02 7A 3K 8X View Operators- Underground Bellman (Certified) Sewer Et Water King Power Equipment Rollagon $69.16 7A 3K 8X View Operators- Underground Sewer Et Water King Roller, Other Than Plant $65.05 7A 3K 8X View Mix Power Egwpmer_ Operators- Under-:-'Dwi d Sewer Et Water King Power- Equipment Roller, Plant Mix Or Multi- $68.02 7A 3K 8X View Operators- Underground lift Materials Sewer Et Water King Povier Equipm_, _ Roto-mill, Roto-grinder $68.55 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment _ Saws - Concrete $68.02 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equ . Scraper, Self Propelled $68.55 7A 3K 8X View Operators- Underground Under 45 Yards Sewer Et Water _ King Power Equipment Scrapers - Concrete Et $68.02 7A 3K 8X View Operators- Underground Carry All Sewer Et Water King Power E ui ment Scrapers, Self-propelled: $69.16 7A 3K 8X View Operators- Underground 45 Yards And Over Sewer Et Water _ King Power Equipment Service Engineers - $68.02 7A 3K 8X View Operators- Underground Equipment Sewer Et Water King Power Equipment Shotcrete/Gunite $65.05 7A 3K 8X View Operators- Underground Equipment Sewer Et Water King Power Equipment Shovel , Excavator, $68.02 7A 3K 8X View Operators- Underground Backhoe, Tractors Under Sewer Et Water 15 Metric Tons King Power Equipment Shovel, Excavator, $69.16 7A 3K 8X View Operators- Underground Backhoe: Over 30 Metric Sewer Et Water Tons To 50 Metric Tons King Power Equipment Shovel, Excavator, $68.55 7A 3K 8X View Operators- Underground Backhoes, Tractors: 15 To Sewer Et Water 30 Metric Tons King Power Equipment Shovel, Excavator, $69.85 7A 3K 8X View Operators- Underground Backhoes: Over 50 Metric Sewer Et Water Tons To 90 Metric Tons King Power Equipment Shovel, Excavator, $70.57 7A 3K 8X View Operators- Underground Backhoes: Over 90 Metric Sewer Et Water Tons King Power Equipment Slipform Pavers $69.16 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Spreader, Topsider Et $69.16 7A 3K 8X View Operators- Underground Screedman Sewer Et Water King Power Equipment Subgrader Trimmer $68.55 7A 3K 8X View Operators- Underground Sewer Et Water King Tower Bucket Elevators $68.02 7A 3K 8X View Power Equipment Dper�_o _ Under ;:,L,;,d Sevier Et Water King Tower Crane Up To 175' In $69.85 7A 3K 8X View 0P21-at0rs- Height Base To Boom Sewer Et Water King Powe r Ec r;i i;r r Tower Crane: over 175' $70.57 7A 3K 8X View I yn er�!-:n. through 250' in height, — Sewer Et Water base to boom King Pc+.'<er En i, r.:�;lr Tower Cranes: over 250' $71.26 7A 3K 8X View Qj eratprs- tnde;-� _.u,,._ in height from base to Sewer Et Water boom King Povw ,ar- E-i ij:,,ni?nz Transporters, All Track Or $69.16 7A 3K 8X View Truck Type — Sewer Et Water King P.�,,ger Eq! ent Trenching Machines $68.02 7A 3K 8X View 3L Underground Sewer Et Water King Po,,kwr Equipmenr Truck Crane Oiler/driver - $68.55 7A 3K 8X View Caner ztor s UnU 100 Tons And Over Sewer Et Water King P,ov/er Eg:i jpnlert Truck Crane Oiler/Driver $68.02 7A 3K 8X View taper_rtr�;s UilderRround Under 100 Tons — Sewer Et Water King Power Equipment Truck Mount Portable $68.55; 7A 3K 8X View Oue.ato - Uric �t�inr= Conveyor — — Sewer Et Water King Power Equipment Welder $69.16 7A 3K 8X View Or)eraors- IJrderground Sewer Et Water King Power Equipment Wheel Tractors, Farman $65.05 7A 3K 8X View Operators- Underground Type Sewer Et Water King Power Equipment Yo Yo Pay Dozer $68.55 7A 3K 8X View Operators- Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $50.96 5A 4A View Trimmers — King Power Line Clearance Tre .. Spray Person $48.35 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $50.96 5A 4A View Trimmers King Power Line Clearance Trec Tree Trimmer $45.54 5A 4A View Trimmers King Power Line Clearance Tr Tree Trimmer $34.51 5A 4A View Trimmers Groundperson King '�'r f ;,'r ;tor, � A Journey Level $82.51 6Z 1G View Conditioning Mechanics King Residential Brick Mas:- Journey Level f $58.82 5A 1M View King 'esidential Carpenters Journey Level $32.06 1 View King "esidential Cement Masor Journey Level $29.25 1 View King Journey Level $46.43 7A 4C View Residentiat Drywall Applicators King Residential Dr wall Tapers Journey Level $47.17 5P 1 E View King Residential Electricians Journey Level $36.01 1 View King Residential Glaziers Journey Level $44.15 7L 1H View King Residential Insulation Journey Level $29.87 1 View !`cators King Residential Laborers Journey Level $26.18 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $27.801 1 View King Residential Plumbers Et Journey Level $39.43 1 View Pi pefi Iters King Residential Redaof^:Zn.on Journey Level $54.12 5A 1G View Air Conditioning h"LCh:'r1iC" King Residential Sheet Metal Journey Level (Field or $51.89 7F IR View Workers Shop) King Residential Soft Floor Journey Level $51.07 5A 3J View La�Lers — King Residential Sprinkler Fitters Journey Level $48.18 5C 2R View Irlr; ProT..er[icm ^ King Residential Stone Masons Journey Level ^� $58.82 5A 1M View King Residential Terrazzo Journey Level $54.06 5A 1M View Workers T King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Sette Journey Level $21.04 1 View King Roofers Journey Level $53.27 5A 3H View King Roofers Using Irritable Bituminous $56.27 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or $85.88 7F 1 E View Shop) King Shipbuilding d 'I ip_"?_ 3ir New Construction $36.36 7VI 1 View Boilermaker l King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Carpenter King Shipbuilding Et Ship Repair New Construction Crane $36.36 7V 1 View Operator King Shipbuilding, Et Ship Repair New Construction $36.36 7V 1 View Electrician King Shipbuilding Et Shio Repair New Construction Heat Et $76.61 5J 4H View Frost Insulator King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding Et Ship " New Construction $36.36 7V 1 View Machinist King Shipbuilding EL Si i7 Repair New Construction $36.36 7V 1 View Operating Engineer King Shipbuilding Et Ship Repair lNew Construction Painter $36.36 7V 1 View King Shipbuilding Et Ship Re air New Construction $36.36 7V 1 View Pipefitter King Shi�buildii __ _ New Construction Rigger $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet $36.36 7V 1 View Metal King Sh>pbuilc;ii;;3 Si,ih PL•- it New Construction $36.36 7V 1 View Shipfitter King 51,ro New Construction $36.36 7V 1 View Warehouse/Teamster King Shipbuilding, Et Ship Repair New Construction $36.36 7V 1 View Welder / Burner King Shipbuilding Et Ship Repai Ship Repair Boilermaker $46.151 7X 4J View King 5hipbuilding Et Ship Repaii Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding Et Ship,Repair Ship Repair Crane $45.06 7Y 4K View Operator King Shipbuilding isShip Repair Ship Repair Electrician $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $76.61 5J 4H View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $46.15 7X 4J View King `:,h ;)hr-rrljrn Sh D repair Ship Repair Machinist $46.15 7X 4J View King Sh-liDLurl:ii i r E: Shp Repair Ship Repair Operating $45.06 7Y 4K View Engineer King Shipbuilding Et Ship Repair Ship Repair Painter $46.15 7X 4J View King shipbuilding Et Ship Repair Ship Repair Pipe fitter $46.15 7X 4J View King r sir Ship Repair Rigger $46.15 7X 4J View King -.lpbui,6111�4 ,,ip Repair Ship Repair Sheet Metal $46.15 7X 4J View King nh i;i a;nEt Ship Repair Ship Repair Shipwright $44.95 7X 4J View King ,;L sj!,.jim E Shk: ��ep7l Ship Repair Warehouse / $45.06 7Y 4K View Teamster King :yrs Journey Level $50.90 0 1 View King an Makers Et Installers Journey Level $31.52 0 1 View King loft Floor Layers Journey Level $51.07 5A 3J View King Mar Controls For Windows Journey Level $12.44 1 View King i1a r F; r= Journey Level $81.39 5C 1X View King Rigging Mechanics Journey Level $13.23 1 View King Stone Masons Journey Level $58.82 5A 1M View King re.et And `-ar4<m L,_ Journey Level $19.09 1 View -:,,per Workers King Surveyors Assistant Construction Site $68.02 7A 3K 8X View Surveyor King Surveyors Chainman $65.05 7A 3K 8X View King Strrvcyors Construction Site Surveyor $69.16 7A 3K 8X View King Telecommunication Journey Level $51.07 7E 1E View Technicians King Telephone Line Cable Splicer $41.81 5A 2B View Construction - Outside King Telephone Line Hole Digger/Ground $23.53 5A 2B View Construction - C - Person King Telephone Line Installer (Repairer) $40.09 5A 2B View Construction - Oti _ King Telephone Line Special Aparatus Installer 1 $41.81 5A 2B View Construction - Outside King Telephone Line Special Apparatus Installer $40.99 5A 2B View Construction Outside II King Telephone Line Telephone Equipment $41.81 5A 2B View Construction - Outside Operator (Heavy) King Telephone Line Telephone Equipment $38.92 5A 2B View Construction - Outside Operator (Light) King T•-ie.none L.;ne Telephone Lineperson $38.92 5A 2B View Construction - Outside King TryleDhone Line Television Groundperson $22.32 5A 2B View Construction - Outsic King T els phcne Line Television $29.60 5A 2B View Construction - 0u: Lineperson/Installer King TT i nhnne Line (Television System $35.20 5A 2B View Construction - Outside Technician King Telephone Line (Television Technician $31.67 5A 2B 1 View Construction - Outside _ King Telephone Line Tree Trimmer $38.92 5A 2B View Construction - Outside King Terrazzo Workers Journey Level $54.06 5A 1M View King —ile Setter- Journey Level $54.06 5A 1M View King - a TerrazTc Finisher $44.89 5A 1B View Fine King Traffic Control Str,_ Journey Level $47.68 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $61.59 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $60.75 5D 4Y 8L View King Truck Drivers Dump Truck $60.75 5D 4Y 8L View King Truck Drivers Dump Truck Et Trailer $61.591 5D 4Y 8L View King Truck Drivers Other Trucks $61.59 5D 4Y 8L View King Tr mrk, Drr.,�rs - R:•- Transit Mix $61.591 5D 4Y 8L View King Well Drillers Et Irrigation Irrigation Pump Installer $17.71 1 View P1,11n") I1-1:,t:1tters King Well Drillers Ft Irrigation Oiler $12.97 1 View puma ir.s':lRers King Well Drillers Et Irrigation Well Driller $18.00 1 View Pump Installers Desiree Winkler From: Sheryl Sanek <Sheryl.Sanek@milesresources.com> Sent: Wednesday, April 01, 2020 1:54 PM To: John Cole;Jeff Williams Subject: RE: Spreed sheet for additional work lI-XTi-RNA . EMAIL WARNING) This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk at x2555. This is acceptable. Thank you, Sheryl From:John Cole mailto:John.Cole cit offederalwa .com] Sent:Wednesday,April 1, 20201:16 PM To:Sheryl Sanek<She I.Sanek milesresources.com>;Jeff Williams<ieff.williams@milesresources.com> Subject: RE:Spreed sheet for additional work Sheryl, Legal is telling me that,with an email approval from Miles,that we can add a page fixing the total. If this is acceptable please respond agreeing to this. Thanks, John From: Sheryl Sanek [mailto:She_rv.Sanek@milesresources.com] Sent: Wednesday, April 01, 2020 11:47 AM To: John Cole; Jeff Williams Subject: RE: Spreed sheet for additional work This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information.If you have any doubts about the validity of this email please contact IT Help Desk at x2555. Hi John, We have a total of$2,381,492.45. Sure, send me the revised contract and I will return it to you asap. Thanks, SHERYL SANEK CONTRACT ADMINISTRATOR Office:253.383.3585 x 471 Fax:253.572.8648 400 Valley Ave NE•Puyallup,WA 98372-2516 WWW.MILESRESOURCES.COM From:John Cole [mailto:John.Cole@cityoffederalway.com] Sent:Wednesday,April 1, 202011:29 AM T To:Sheryl Sanek<Sheryl.Sanek@rnilesresources.com>;Jeff Williams<iei'f.williams@milesresources.com> Subject: RE:Spreed sheet for additional work Hi Sheryl/Jeff, The contract discrepancy is my error! I'm sorry! I included the contingency amount that I presented to council as the contract amount. Newbie error! I realize the contract has been signed by Miles, I will either have this one destroyed or returned to you. I have changed the$ on the contract and sent it to our law dept to approve and will have you the revised copy as soon as they look at it. FYI, contract amount should and will be$2,381,497.45 with additional "Ridge" (Sch F)work as Jeff Williams stated in today's precon. I'm so sorry for the error. Live and learn. Please let me know if this looks right and what you would like done with the old contract. Thanks, John PO4 610& Capital Engineer, EIT, MSCE Public Works (sly Of Federal Way 33325 8th Ave S Federal Way,WA 98003 (253) 835-2718 (office) (253) 293-9785 (cell) John.cofe@citvoffederalway.com From: Sheryl Sanek [mailto:Sheryl.Sanek@rnilesresources.com] Sent: Wednesday, April 01, 2020 7:20 AM To: John Cole Subject: RE: Spreed sheet for additional work [EXTERNAL EMAIL WARNI,`, This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information.If you have any doubts about the validity of this email please contact IT Help Desk at x2555. 2 Hi John, I'm still having trouble tie-ing our contract amount to our bid schedule. Do you have a breakdown for the entire amount of our agreement? Thanks, Sheryl From:John Cole [rnailto-John.Cole@cityoffedera[way.co_m] Sent:Wednesday, March 25, 2020 2:06 PM To:Sheryl Sanek<Shed.Sanek@milesresources.com> Subject:Spreed sheet for additional work Hi Sheryl, In addition to the Field Directive, attached is a spreadsheet that was compiled for the additional work on the Contract. Thought it might help! John i,44 && Capital Engineer, EIT, MSCE Public Works Sy Ui Federal Way on OPOW"futy 33325 8th Ave S Federal Way,WA 98003 (253)835-2718 (office) (253)293-9785 (cell) John.co le@cityoffede ra Iwa_y.corn 3