Loading...
AG 20-568 - ASSORTED ENDEAVORS RETURN TO: PW ADMIN EXT: 2700 ID#: 3848 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING EPT/DIV: PUBLIC WORKSmf ital Projects 12. ORIGINATING STAFF PERSON:John Cole EXT: 2718 IT 3. DATE REQ.RV: 1/1/2021 3. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ORDINANCE ❑ RESOLUTION El CONTRACT AMENDMENT(AG#):20-588 ❑ INTERLOCAL OTHER a. PROJECT IAm,;:_Annual Pipe Rehabilitation Phase www3ww 020 s. NAME OF CON°I`RACFOR.Assorted Endeavors LLC - DBA- Pacific Siteworks ADDRESS:4022 Campbell Fed Clinton WA 98238 �TWF.I.I,P11ON ,:. -270-84 7 E-MAIL: Seth@PacificSitework.com .._........... FAX: SIGNATURE :AMIr: Seth Smith TITLE:Governor 6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES 0 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# E / „-/_ 7. TERM: COMMENCEMENT DAT : 9/15/2020 COMPLETION DATE: Upon Accepted Corn letion S. 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: 13 YES 13 NO IF YES,MAXIMUM DOLLAR AMOUNT: IS SALES TAX OWED': ❑YES 13 NO IF YES,$ _,,,,,,,_....... .. PAID BY: ❑CONTRACTOR ❑CITY RETAMAGE: RETAWAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT)OR A RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 304-3100-288-594-31-650 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED _ INITIAL/DATE APPROVED PROJECT MANAGER JC/12-14-20 DIVISION MANAGER SH 12/22/20 DEPUTY DIRECTOR DSw 121202020 DIRECTOR _, ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT ER 12/28/2020 10. COUNCIL APPROVAL IF APPLICABLE SCHEDULED COMMITTEE DATE; _ COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNAT ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 01/05/21 DATE REC,D:01/28/21 ❑ 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.) INIT.IAL./DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT ❑ SIGNATORY(MAYOR OR ❑ CITY CLERK 2j t I) _ ❑ ASSIGNED AG# AG# ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE" "ORIGINALS Change Order 02 for deleting Schedule from pmjecl. i. . ............. 1/2020 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER 288 AG 20-568 02 12/8/2020 PROJECT NUMBER AGREEMENT NUMBER CHANGE OR DER NUMBER EFFECTIVE DATE ANNUAL PIPE REHABILITATION PHASE 3(2020) ASSORTED ENDEAVORS,LLC. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. CANCELATION OF SCHEDULE C In accordance with WSDOT Standard Specification Section 1-04, the City is deleting Schedule C from the Storm Pipe Repair Phase 3(2020). 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: All line item quantities associated with Schedule C with the exception of"Construction Signs Class A"will be deleted with this Change Order. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 12I PREVIOUS CHANGE ORDERS $, 0.00 THIS CHANGE ORDER $- 1" S0 .00 NEW CONTRACT AMOUNT $ 104,881.00 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520 I RFB#20-001 ,._ .. p CONTRACTORS SIGNATURE p'ATE PuR WORKS DIRECTOR � DA TE CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#5201 RFB#20-001 ,iness%rP07MY&and Charities Filing System BUSINESS INFORMATION Business Name: ASSORTED ENDEAVORS LLC UBI Number: 603 391 202 Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Principal Office Street Address: PO BOX 257,OLYMPIA,WA,98507-0257,UNITED STATES Principal Office Mailing Address: PO BOX 257,OLYMPIA,WA,98507-0257,UNITED STATES Expiration Date: 04/30/2021 Jurisdiction: UNITED STATES,WASHINGTON Formation/Registration Date: 04/02/2014 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: SETH SMITH Street Address: 4022 CAMPBELL RD, CLINTON,WA,98236-8402, UNITED STATES Mailing Address: PO BOX 1163,CLINTON,WA,98236-1163, UNITED STATES GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL SETH SMITH GOVERNOR ENTITY ASSORTED ENDEAVORS LLC SETH SMITH Back ....___ .....� Filing History Name History Print Return to Business Search RETURN TO: PW ADMIN EXT: 2700 ID#: 3804 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: 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 2 0-56 8 ❑ INTERLOCAL * OTHER CONTRACT CHANGE ORDER 4. PROJECT NAMF.ANNUAL PIPE REHABILITATION PHASE 3 (2020) s. NAME of CONTRACTOR:Assorted Endeavors LLC ADDRESS: TELEPHONE:425 270 8497 E-MAIL:-Seth Smith <seth@pacificsitework.com> FAX: SIGNATURE NAME: Seth Smith TITLE:PROJECT MANAGER 6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL.EXP.12/31/ UBI# EXP. 7. TERM: COMMENCEMENT DATE:9/23/2020 COMPLETION DATE: 11/4/2020 8. TOTAL COMPENSATION:$120.486 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: d YES la 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 INITIAL/DATE REVIEWED INITIAL/DATE APPROVED 8 PROJECT MANAGER JC 9/23/20 6 DIVISION MANAGER SH 9/23/20 6 DEPUTY DIRECTOR DSW 9/24/20 8 DIRECTOR ---- ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT ER 9/26/2020 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: Ns COMMITTEE APPROVAL DATE: Na SCHEDULED COUNCIL DATE: Ne COUNCIL APPROVAL DATE: Ne 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 ❑ LAW DEPT ❑ SIGNATORY(MAYOR OR DIRECTOR I Z 7�aJ ❑ CITY CLERK t ❑ ASSIGNED AG# AG# r ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE" "ORIGINALS PLEASE SEE ATTACHED CHANGE ORDER AND ASSOCIATED PREVAILING WAGE RATES FOR REVIEW PRIOR TO SENDING TO CONTRACTOR. 1/2020 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER 288 AG 20-568 01 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE ANNUAL PIPE REHABILITATION PHASE 3(2020) ASSORTED ENDEAVORS,INC. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. IMPROVED PREVAILING WAGE PAGES Due to poor quality version of the Prevailing Wage pages of the Contract, an improved duplicate has been provided. Please see attached. The time provided for completion in the Contract is F Unchanged E 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: No line item quantitiy adjustments made with this Change Order. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 120.186.00 PREVIOUS CHANGE ORDERS $ 0.00 THIS CHANGE ORDER $ 0.00 NEW CONTRACT AMOUNT $ 120,486.00 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. 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. CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520/RFB#20-001 J CONTRACTOR'S SIGNATURE DAt, PUBLIC 05jd OECTOR DATE CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520/RFB#20-001 1 ', J 6%i n al Cm A i c ur'3 S i�h G4-u re. Uy-\ 46 -Q)1 o t j l'p o p R 3 CONTRA R'S 5 ATURE DATE PUBLIC WORKS DIRECTOR DATE CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT PROJECT#520/RFB#20-001 Page 1 of 21 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: 6/24/20 County Trade Job Classification Wa a�HolidayOvertime Note*Risk Class King Asbestos Abatement Journey Level $50.86 5D 1H View Workers King Boilermakers Journey Level $69.29 5N 1C View King Brick Mason Journey Level $58.82 5A 1M View King Brick Mason Pointer-Caulker-Cleaner $58.82 5A iM View King Building Service Employees Janitor $25.58 5S 2F View King Building Service Employees Traveling $26.03 5S 2F View Waxer/Shampooer King Building Service Employees 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 Shooi Journey Level $22.74 1 View King Carpenters Acoustical Worker $62.44 7A 4C View King Carpenters Carpenter $62.44 7A 4C View King Carpenters Carpenters on Stationary $62.57 7A 4C View Tools KingCarpenters Creosoted Material $62.54 7A 4C View KingCarpenters Floor Finisher $62.44 7A 4C View King Carpenters Floor Layer $62.44 7A 4C View King Carpenters Scaffold Erector $62.44 7A 4C View King Cement Masons Application of all $62.97 7A 4U View Composition Mastic King Cement Masons Application of all Epoxy $62.47 7A 41J View Material King Cement Masons Application of all Plastic $62.97 7A 41J View Material _ King Cement Masons Application of Sealing $62.47 7A 41J View Compound King Cement Masons Application of $62.97 7A 41J View Underlayment King Cement Masons Building General $62.47 7A 4U View https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 2 of 21 King Cernent Masons Composition or Kalman $62.97 7A 4U View Floors King Cement Masons Concrete Paving $62.47 7A 4U View King Cement Masons Curb Et Gutter Machine $62.97 7A 4U View King Cement Masons Curb Et Gutter, Sidewalks $62.47 7A 4U View King Cement Masons Curing Concrete $62.47 7A 4U View King Cement Masons Finish Colored Concrete $62.97 7A 4U View King Cement Masons Floor Grinding $62.97 7A 4U View King Cement Masons Floor Grinding/Polisher $62.47 7A 4U View King Cement Masons Green Concrete Saw, self- $62.97 7A 4U View powered King Cement Masons Grouting of all Plates $62.47 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 $62.47 7A 4U View King Cement Masons Patching Concrete $62.47 7A 4U View King Cement Masons Pneumatic Power Tools $62.97 A 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 $62.97 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 D_�ers Et Tenders Dive Supervisor/Master $79.23 7A 4C View King D Diver $116.20 7A 4C 8V view King Divei ers Diver On Standby $74.23 7A 4C View King Divei Fs Tenders Diver Tender $67.31 7A 4C View King Divers Et Tenders Manifold Operator $67.311 7A 4C View_ King Divers 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 Dredge Workers Assistant Mate (Deckhand) $56.001 5D 3F View King Dredge Workers Boatmen $56.441 5D 3F View https://secure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 3 of 21 King DredgeeWWorkers Engineer Welder $57.51 5D 3F View King Dredge Workers Leverman, Hydraulic $58.67 5D 3F View King Dredge Workers Mates $56.44 5D 3F View King Dredge Workers Oiler $56.00 5D 3F View King Drywah Applicator Journey Level $62.44 5D 1H View King Drywall Tapers Journey Level $62.81 5P -LE View King Electrical Fixture Journey Level $31.99 5L 1 E View Maintenance Workers King Electricians - Inside Cable Splicer $87.22 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $93.741 7C 4E View King Electricians - Inside Certified Welder $84.26 7C 4E View King Electricians - Inside Certified Welder (tunnel) $90.47 7C 4E View King Electricians - Inside Construction Stock Person $43.18, 7C 4E View King Electricians - Inside Journey Level $81.30 7C 4E View King Electricians - Inside Journey Level (tunnel) $87.22 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1B View King Electricians - Powerline Cable Splicer $82.39 5A 4D View Construction King Electricians - Powerline Certified Line Welder $75.64 5A 4D View Construction King Electricians - Powerline Groundperson $49.17 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $75.64 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $75.64 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $64.54 5A 4D View Construction King Electricians - Powerline Meter Installer $49.17 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $75.64 5A 4D View Construction King Electricians - Powerline Powderperson $56.49 5A 4D View Construction King Electronic Technicians Journey Level $53.57 7E 1 E View King Elevator Constructors Mechanic $97.31 7D 4A View King Elevator Constructors Mechanic In Charge $105.06 7D 4A View King Fabricated Precast All Classifications- In- $18.25 5B 1R 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 King flaggers Journey Level $43.11 7A 4V 8Y View King Glaziers Journey Level $66.51 7L 1Y View King Heat Et Frost Insulators And Journeyman $76.61 5.1 4H View Asbestos Workers King Heating Equipment Journey Level $85.88 7F JE View Mechanics King Journey Level $52.44 7A 4V 8Y View https://secure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 4 of 21 Hod Carriers Fi Masor Tenders s King Industrial Powe Journey Level $13.50 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View Kine Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B IK View King Inspection/Cleaning/Seating Cleaner Operator, Foamer $31.49 1 View Of Sewer EL Water Systems Operator BV Remote Control King Inspection/Cleamng/Seating Grout Truck Operator $13.50 1 View Of Sewer Et Water Systems By Remote Control King Inspection/Cleani_ng/5ealinHead Operator $24.91 1 View Of Sewer EL Water Systems BV Remote Control King lnspectioii'Cleaning/Sealing Technician $19.33 1 View Of Sewer & Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 View Of Sewer Ft Water Systems By Remote Control King Insulation Applicators Journey Level $62.44 7A 4C View King Ironworkers Journeyman $73.73 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 Laborers Burner $50.86 7A 4V 8Y View King Laborers _Caisson Worker $52.44 7A 4V 8Y View King Laborers Carpenter Tender �a $50.861 7A I 4V I 8Y View King Laborers Cement Dumper-paving ' 51.80 7A 4V 8Y View King Laborers Cement Finisher Tender $50.86 7A 4V 8Y View King Laborers Change House Or Dry $50.861 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 Laborers Choker Setter $50.86 7A 4V 8Y View King Laborers Chuck Tender $50.86 7A 4V 8Y View King Laborers Clary Power Spreader $51.80 7A 4V 8Y View https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 5 of 21 King ILaborers Clean-up Laborer $50.861 7A II 4V 8Y View King Laborers Concrete Dumper/Chute $51.80 7A + 4V 8Y View Operator King LaDur ers Concrete Form Stripper $50.86 7A T 4V 8Y View King Laborers Concrete Placement Crew $51.80 7A 4V 8Y I 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 $50.86 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 Laborers Dry Stack Walls $50.861 7A 4V 8Y View King Laborers Dump Person $50.86 7A 4V 8Y View King Laborers Epoxy Technician $50.86 7A 4V 8Y View King Laborers Erosion Control Worker $50.86 7A 4V 8Y View King Laborers Faller Et Bucker Chain Saw $51.80 7A 4V 8Y View King Laborers Fine Graders $50.86 7A 4V 8Y View King Laborers Firewatch $43.11 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 I King Laborers Grinders $50.861 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 $52.441 7A 4V 8Y View (Level A) King Laborers (Hazardous Waste Worker $51.80 7A 4V 8Y I View (Level B) King Laborers Hazardous Waste Worker $50.86 7A 4V 8Y View (Level C) King Laborers High Scaler $52.44 7A 4V 8Y View King Laborers 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 Manhole 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 https://secure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 6 of 21 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 Laborers Power 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 L."� C, 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 In King Laborers Rip Rap Person $50.86 7A 4V 8Y View King Laborers Rivet Buster $51.80 7A 4V 8Y View King Laborers Rodder $51.80 7A 4V 8Y View King Laborers Scaffold Erector $50.86 7A 4V 8Y View King Laborers Scale Person $50.86 7A 4V 8Y View King Laborers Sloper (Over 20") $51.80 7A 4V 8Y View King Laborers Sloper Sprayer $50.86 7A 4V 8Y View King Laborers Spreader (Concrete) $51.80 7A 4V 8Y View King Laborers Stake Hopper $50.86 7A 4V 8Y View King Laborers Stock Piler $50.86 7A 4V 8Y View King Laborers Swinging Stage/Boatswain $43.111 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 $50.86 7A 4V 8Y View King Laborers Track Laborer $50.86 7A 4V 8Y View https://secure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 7 of 21 King Laborers ITrack Liner (Power) $51.80 7A 4V 8YView King Laborers ,'Traffic Control Laborer $46.10 7A 4V 9C View King Laborers Traffic Control Supervisor $48.84 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 1$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 Laborers - Underground General Laborer Et $50.86 7A 4V 8Y View Sewer Et Water Topman King Laborers - Underground Pipe Layer $51.80 7A 4V 8Y View 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 $17.871 1 View King Lathers Journey Level $62.441 5D 1H View King Marble Setters Journey Level $58.82 5A 1M View King Metal Fabrication (In Shoff Fitter $15.86 1 View King Metal Fabrication (In Shop) Laborer $13.50 1 View King Metal Fabricatian (Ifs Shop) Machine Operator $13.50 1 View King Metal Fabrication (In Shop) Painter $13.50 1 View King Metal Fabricatian iln Shops 'Welder $15.48 1. View f i https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 8 of 21 King Millwright Journey Level $63.94 7A 4C View King Modular Buildings Cabinet Assembly $13.50 1 View King Modular Buildings Electrician $13.50 1 View King Modular Buildings Equipment Maintenance $13.50 1 View King Modular Buildings Plumber $13.50 1 View King Modular Buildings Production Worker $13.50 1 View King Modular Buildings Tool Maintenance $13.50 1 View King Modular Buildings Utility Person $13.50 1 View King Modular Buildings Welder $13.50 1 View King Painters Journey Level $43.401 6Z 2B View King Pile Driver Crew Tender $67.31 7A 4C View King Pile Driver Crew Tender/Technician $67.31 7A 4C View King Pile Driver Hyperbaric Worker - $77.93 7A 4C View Compressed Air Worker 0-30.00 PSI King Pile Driver lHyperbaric 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 - $94.43 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 Pite 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 $59.29 1R View King Playground Et Park Journey Level $13.50 1 View ECtuipment Instalters King Plumbers Et Pipefitters Journey Level $89.19 6Z 1G View King Power E ui meat Operators Asphalt Plant Operators $69.16 7A 3K 8X View King Power Equipment Operators Assistant Engineer $65.05 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: $68.55 7A 3K 8X View concrete King Bobcat $65.05 7A 3K 8X View https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 9 of 21 King Power Equipment Operarors Brokk- Remote $65.05 7A 3K 8X View Demolition Equipment King Power Equipment Operators Brooms $65.05 7A 3K 8X View King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View King Power Equipment 0n'r_.ror Cableways $69.16 7A 3K 8X View King Power Equipment Operators Chipper $68.55 7A 3K 8X View King Power Equipment Operators Compressor $65.05 7A 3K 8X View King Power Eguipment 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 Operators Concrete Pump: Truck $69.16 7A 3K 8X View Mount With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck $68.55 7A 3K 8X View Mount With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $68.02 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons $71.26 7A 3K 8X View and over King Power Equipment Operators Cranes: 100 tons through $69.85 7A 3K 8X View 199 tons, or 150'of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through $68.55 7A 3K 8X View 44 Tons With Attachments King Power Equipment Operators Cranes: 200 tons- 299 $70.57 7A 3K 8X View tons, or 250'of boom including jib with !attachments King Power Equipment Operators Cranes: 300 tons and over $71.26 7A 3K 8X View or 300'of boom including jib with attachments King Power Equipment.Operators Cranes: 45 Tons Through $69.16 7A 3K 8X View 99 Tons, Under 150'Of Boom (including Jib With Attachments) King Power Equipment Operato Cranes: A-frame - 10 Tons $65.05 7A 3K 8X View And .............. King Power Equipment Operators Cranes: Friction cranes $70.57 7A 3K 8X View through 199 tons King Power Equipment Operators Cranes: through 19 tons $68.02 7A 3K 8X View with attachments, A-frame over 10 tons King Power Equip-lent Operators Crusher $68.55 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck $68.55 7A 3K 8X View Winches (power) King 2ower Equipment Open-ators Derricks, On Building Work $69.16' 7A 3K 8X View King �'ow,_r 2iiPm nt Otaerators Dozers D-9 Et Under $68.02 7A 3K 8X View https://secure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 10 of 21 King Power Equipment Ont-ratflr,• Drill Oilers: Auger Type, $68.02 7A 3K 8X View Truck Or Crane Mount King Power Equipment Operate Drilling Machine $69.851 7A 3K 8X View King Power Equipment Open sElevator And Man-lift: $65.05 7A 3K 8X View Permanent And Shaft Type, i King _Power Equipment Operators Finishing Machine, Bidwell $68.55 7A 3K 8X View And Gamaco Et Similar Equipment King Power Equipment Open-r._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 Power Equipment 0 erator s Grade Engineer: Using $68.55 7A 3K 8X View Blue Prints, Cut Sheets, Etc King Power Equjpment Operators Gradechecker/Stakeman $65.05 7A 3K 8X View King Power Equipment operators Guardrail Punch $68.55 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump $69.16 7A 3K 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operawi Hard Tail End Dump $68.55 7A 3K 8X View Articulating Off-road Equipment Under 45 Yarns King Power Equipment Operators Horizontal/Directional $68.02 7A 3K 8X View Drill Locator King Power Equipment O erators 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 King Power Equipment Operators Hydralifts/Boom Trucks, $65.05 7A 3K 8X View 10 Tons And Under King Power Eauipment Operat Loader, Overhead 8 Yards. $69.85 7A 3K 8X View Et Over T King Power_Equipment Operators Loader, Overhead, 6 $69.16 7A 3K 8X View Yards. But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under $68.55 7A 3K 8X View 6 Yards King Power Eguipment Operatoi Loaders, Plant Feed $68.55 7A 3K 8X View King Povi er Equipment Operators Loaders: Elevating Type $68.02 7A 3K 8X View Belt King Power Equipment Operators Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators Material Transfer Device $68.55 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $69.85 7A 3K 8X View $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $69.161_ 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, $69.16 7A 3K 8X View Tunnel Drill, Boring, Road Header And/or Shield https://secure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 11 of 21 King Power Equipment Ope'-- Oil Distributors, Blower $65.05 7A 3K 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operate Outside Hoists (Elevators $68.02 7A 3K 8X View And Manlifts), Air Tuggers, Strato King r :rrvr t u.ur icr _ _= Overhead, Bridge Type $68.55 7A 3K 8X View Crane: 20 Tons Through 44 Tons King Power Equipment Operaw._= Overhead, Bridge Type: $69.85 7A 3K 8X View 100 Tons And Over King Power Equipment Operate, _ Overhead, Bridge Type: 45 $69.16 7A 3K 8X View Tons Through 99 Tons King F Pavement Breaker 1 $65.051 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than $68.55 7A 3K 8X View Crane Mount) King Power Equipment Operators Plant Oiler - Asphalt, $68.02 7A 3K 8X View Crusher King Power Equipment Operators Posthole Digger, $65.05 7A 3K 8X View Mechanical King Power Equipmenr- cpzr i l�Tr - Power Plant $65.05 7A 3K 8X View King Power Equipment Operators Pumps - Water j $65.05 7A 3K 8X View King Power Equipment Opera.o!_ Quad 9, Hd 41, D10 AndI $69.16 7A 3K 8X View Over King Power Equipment Operato Quick Tower- No Cab, $65.05 7A 3K 8X View Under 100 Feet In Height j Based To Boom King Power Equipment Operate!---. Remote Control Operator $69.16 7A 3K 8X View On Rubber Tired Earth Moving Equipment King er Equipment Ope , Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment C;__ 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 Operators Roller, Plant Mix Or Multi- $68.02 7A 3K 8X View lift Materials King Power Equipment Operator Roto-mill, Roto-grinder $68.55 7A 3K 8X View King Power Equipment Operato (Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operato Scraper, Self Propelled $68.55 7A 3K 8X View Under 45 Yards King Power Equipment Opera o, . Scrapers- Concrete Et $68.02 7A 3K 8X View Carry All King Power Equipment Ope!,,-_'- Scrapers, Self-propelled: $69.16 7A 3K 8X View 45 Yards And Over King ever Equipment 0m i,af:__..__; Service Engineers - $68.02 7A 3K 8X View Equipment King Power Equrpme -_ ._i; : _ Shotcrete/Gunite $65.05 7A 3K 8X View Equipment King aver Equipment Oper $68.02 7A 3K 8X View https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 12 of 21 Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons King Dower Equipment Operators Shovel, Excavator, $69.16 7A 3K 8X View Backhoe: Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, $68.55 7A 3K 8X View Backhoes, Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, $69.85 7A 3K 8X View Backhoes: Over 50 Metric Tons To 90 Metric Tons King Power Euuipment Operators Shovel, Excavator, $70.57 7A 3K 8X View Backhoes: Over 90 Metric .Tons King Power Equipment Operator a Slipform Pavers $69.16 7A 3K 8X View King Power Equipment O erators Spreader, Topsider Et $69.16 7A 3K 8X View Screedman King Power Equipment Operators Subgrader Trimmer $68.55 7A 3K 8X View King Power Equipment 0 erators Tower Bucket Elevators $68.02 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In $69.85 7A 3K 8X View Height Base To Boom King Power Equipment 0 erators Tower Crane: over 175' $70.57 7A 3K 8X View through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250'in $71.26 7A 3K 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or $69.161 7A 3K 8X View Truck Type King Power Equipment 0 erators Trenching Machines $68.02 7A 3K 8X View King Power Equipment_Operators 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 P King Power Equipment O erators Truck Mount Portable $68.55 7A 3K 8X View Conveyor King Power Equipment Operators Welder $69.16 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farman $65.05 7A 3K 8X View Type King Power Equipment Operators 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 Power Equipment Barrier Machine (zipper) $68.55 7A 3K 8X View Operators- Underground Sewer Et Water ..._........ ..v__.... ..... King Power Equipment Batch Plant Operator, $68.55 7A 3K 8X View Operators- Underground Concrete Sewer Et Water https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 13 of 21 King Power Equipment Bobcat $65.05 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Brokk - Remote $65.05 7A 3K 8X View Operators- Undergi ound Demolition Equipment Sewer Et Water King Power Equipment Brooms $65.05 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Bump Cutter $68.55 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Cableways $69.16 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Chipper $68.55 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Compressor $65.05 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment CConcrete Finish Machine - $65.05 7A 3K 8X View Operators- Underground Laser Screed Sewer Et Water King Power Equipment Concrete Pump -Mounted $68.02 7A 3K 8X View Operators- Underground Or Trailer High Pressure Sewer Et Water Line Pump, Pump High Pressure King Power Equipment Concrete Pump: Truck $69.16 7A 3K 8X View Operators- Underground Mount With Boom Sewer Et Water Attachment Over 42 M King Power Equipment Concrete Pump: Truck $68.55 7A 3K 8X View Operators- Underground Mount With Boom Sewer Et Water Attachment Up To 42m King Power Equipment Conveyors $68.02 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Cranes friction: 200 tons $71.26 7A 3K 8X View Operators- Underground and over Sewer Et Water _ King Power Equipment Cranes: 100 tons through $69.85 7A 3K 8X View Operators- Underground 199 tons, or 150'of boom Sewer Et Water (including jib with attachments) King Power Equipment Cranes: 20 Tons Through $68.55 7A 3K 8X View Operators- Underground 44 Tons With Attachments Sewer Et Water King Power Equipment Cranes: 200 tons- 299 $70.57 7A 3K 8X View Operators- Underground tons, or 250'of boom Sewer Et Water including jib with attachments King Power Equipment Cranes: 300 tons and over $71.26 7A 3K 8X View Operators- Underground or 300'of boom including Sewer Et Water jib with attachments https://secure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 14 of 21 King Power Equipment Cranes: 45 Tons Through $69.16r 7A 3K 8X View Operators- UnderQrounc, 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 Operators- Underparound And Under Sewer Et Water King Power Equipment Cranes: Friction cranes $70.57 7A 3K 8X View Operators- Undergi-ound through 199 tons Sewer Et Water King Power Equipment Cranes: through 19 tons $68.02 7A 3K 8X View Operators- Underground with attachments, Sewer Et Water A-frame over 10 tons King Power Equipment Crusher $68.55 7A 3K 8X View Operators- Undergroun.! Sewer Et Water King Power Equipment Deck Engineer/Deck $68.55 7A 3K 8X View Operators- Underground Winches (power) Sewer Et Water King Power Equipment Derricks, On Building Work $69.16 7A 3K 8X View Operators-,,Underground Sewer Et Water King Power Equipment Dozers D-9 Et Under $68.02 7A 3K 8X View Operators_- Underground 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- UndergLr, Sewer Et Water King Power Equipment Elevator And Man-lift: $65.05 7A 3K 8X View Operators-_Underprau _ Permanent And Shaft Type Sewer Et Water King Power Equipment Finishing Machine, Bidwell $68.55 7A 3K 8X View Operators- Underground And Gamaco Et Similar Sewer Et Water Equipment King Power Equipment Forklift: 3000 Lbs And $68.02 7A 3K 8X View Operators- Underground Over With Attachments Sewer Et Water King Power Equipment 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 Power Equipment Guardrail Punch $68.55 7A 3K 8X View Opel-alwrs- Undei�jjw"J *> Sewer Et Water King $69.16 7A 3K 8X View https://secure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 15 of 21 Power Equipment Hard Tail End Dump 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- Undemr_ - 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- Unjergraund 10 Tons And Under Sewer Et Water King Power Equipment Loader, Overhead 8 Yards. $69.85 7A 3K8X View Operators- Under,: Et Over i — — 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 6 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 1 $68.02 7A 3K 8X View Operators- Underground 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 Equipment 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 3K 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 Power Equipment Oil Distributors, Blower $65.05 7A 3K 8X View Operators- Underground Distribution Et Mulch Sewer Et Water Seeding Operator King $68.02 7A 3K 8X View _f https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 16 of 21 Power Equipment Outside Hoists (Elevators Operators- Underground And Manlifts), Air Tuggers, Sewer Et Water IStrato King Power Equipment Overhead, Bridge Type $68.55 7A 3K 8X View Operators- Unde_rgrounc' 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 Sewer Et Water King Power Equipment Overhead, Bridge Type: 45 $69.16 7A 3K 8X View Operators- Underground Tons Through 99 Tons Sewer Et Water King Power Equipment Pavement Breaker $65.05 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Pile Driver (other Than $68.55 7A 3K 8X View Operators- Undergraurld 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- Underground Mechanical Sewer Et Water King Power Equipment Power Plant $65.05 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Pumps - Water $65.05 7A 3K 8X View Operators-_Underground Sewer Et Water King Power Equipment Quad 9, Hd 41, D10 And $69.16 7A 3K 8X View Operators- Underground Over Sewer Et Water King Power Equipment Quick Tower- No Cab, $65.05 7A 3K 8X View Operators- Underground 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 Operators- Underground 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 Power Equipment Roller, Other Than Plant $65.05 7A 3K 8X View Operators- Underground Mix Sewer Et Water King Roller, Plant Mix Or Multi- $68.02 7A 3K 8X View lift Materials https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 17 of 21 Power Equipment Operators- Underground Sewer- & Water King Power Equipment 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 Equipment 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 Equipment 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 mm Tons King Power Equipment Slipform Pavers $69.16 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Spreader, Topsider Et I $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 Power Equipment Tower Bucket Elevators $68.02 7A 3K 8X View 0peratDr,- Underground Sewer Et Water _ King Tower Crane Up To 175' In $69.857A 3K 8X View Height Base To Boom I https://secure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 18 of 21 Power Equipment operators- UnderRi ound Sewer Et Water King Power Equipment Tower Crane: over 175' ' $70.57 7A 3K 8X View Operators- Underground through 250' in height, Sewer Et Water base to boom King Power Equipment Tower Cranes: over 250'in $71.26 7A 3K 8X View Operators- Underground height from base to boom Sewer Et WaterT King Power Equipment Transporters, All Track Or $69.16 7A 3K 8X View Operators- Underground Truck Type Sewer Et Water King Power Equipment Trenching Machines $68.02 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Truck Crane Oiler/driver- $68.55 7A 3K 8X View Operators- Underground 100 Tons And Over Sewer Et Water King Power Equipment Truck Crane Oiler/Driver $68.02 7A 3K 8X View Operators- Underground Under 100 Tons Sewer Et Water King Power Equipment Truck Mount Portable $68.55 7A 3K 8X View Operators- Underground Conveyor Sewer Et Water King Power Equipment Welder $69.16 7A 3K 8X View Operators- Undergqun — — — 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 $53.10 5A 4A View Trimmers King Power Line Clearance Tree 'Spray Person $50.40 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $53.10 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $47.48 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $36.10 5A 4A View Trimmers Groundperson King Refrigeration Et Air Journey Level $84.01 6Z 1G View Conditioning Mechanics King Residential Brick Mason lJourney Level $58.82 5A 1M View King Residential Carpenters Journey Level $32.06 1 View King Residential Cement Masons Journey Level $29.25 1 View King Residential Drywall Journey Level $46.43 7A 4CV, iew Applicators King Residential Dnywall Tapers Journey Level $47.04 5P 1 EView King Residential Electricians Journey Level $36.01 1 View https://secure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 19 of 21 King Residential Glaziers liourney Level $45-901 7L I 1H I I View King Residential Insulation Journey Level $29.87' 1 View Applicators King Residential Laborers Journey Level $26.18 1 View King Residential Marble Sett— Journey Level $27.38 1 View King Residential Painters Journey Level $27.80 1 View King Residential Plumbers Et Journey Level $39.43 1 View Pipefitters King Residential Refngera�ion ,1 Journey Level $54.12! 5A 1G View Air Condition in Mechanics King Residential Sheet Metal Journey Level (Field or $51.89 7F F-1R View Workers Shop) King Residential Soft Floor Journey Level $51.07 5A 3.1 View Lavers King Residential Sprinkler Fitters Journey Level $50.89 5C 211 View (Fire Protec[ion) King Residential Stone Masons Journey Level $58.82 5A 1M View King Residential Terrazzo 1Journey Level $54.06 5A 1M View Workers King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $55.02 5A 3H View King Roofers Using Irritable Bituminous $58.02 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or $85.88 7F 1E View Shop) King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Boilermaker 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 Reoai New Construction $36.36 7V 1 View Electrician King Shipbulldinp Et„Ship Repair New Construction Heat Et $76.61 5.1 4H View Frost Insulator King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding it Ship Repair New Construction $36.36 7V 1 View Machinist King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Operating Engineer King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding Ei Ship Repair New Construction $36.36 7V 1 ( View Pipefitter King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet $36.36 7V 1 View Metal King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Shipfitter https://secure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 20 of 21 King Shipbuilding& Ship Repair New Construction $36.36 7V 1 View Warehouse/Teamster King Shipbuilding Et New Construction $36.36 7V 1 View Welder / Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $46.15 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane $45.06 7Y 4K View Operator King Shipbuilding Et Ship Repair Ship Repair Electrician $46.22 7X 4J View King Shipbuilding EZ Ship Repair Ship Repair Heat Et Frost $76.61 5J 4H View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $46.15 7X 4JView King Shipbuilding EtShip Repair Ship Repair Machinist $46.15 7X 4J View King Shipbuilding Et Ship 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 Er Slip Repair Ship Repair Pipefitter $46.15' 7X 4.1 View King Shipbuilding Et Ship Repau- Ship Repair Rigger $46.15 7X 4J View King Shipbuilding Ec Ship Repair Ship Repair Sheet Metal $46.151 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $49.44 0 1 View (Electrical) King Sinn Makers Et Installers Journey Level $31.96 0 1 View (Non-Electrical) King Soft Floor Lavers Journey Level $51.07' 5A 3J View King Solar Controls For Windows Journey Level $13.501 1 View King Sprinkler Fitters (Fire Journey Level $82.39 5C 1X View Protection) King Stage Rigging Mechanics Journey Level $13.50 1 View (Non Structural) King Stone Masons Journey Level $58.82 5A 1M View King Street And Parking Lot Journey Level $19.09 1 View Sweeper Workers King Surveyors Assistant Construction Site $68.02 7A 3K 8X View Surveyor _ King Surveyors Chainman $65.05 7A 3K 8X View King Surveyors Construction Site Surveyor $69.16 7A j 3K 8X View King Telecommunication Journey Level $53.57 7E JE 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 - Outside Person King Telephone Line Installer (Repairer) $40.09 5A 2B View Construction - Outside King Telephone Line Special Aparatus Installer 1 $41.81 5A 2B View Construction - Outside https://secure.Ini.wa.gov/wagelookup/ 9/17/2020 Page 21 of 21 King Telephone Line Special Apparatus Installer $40.99 5A 2B View Construction - Outside ll 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 Telephone Line Telephone Lineperson $38.92 5A 2B View Construction - Outside King Telephone Line Television Groundperson $22.32 5A 2B View Construction - Outside King Telephone Line Television $29.60 5A 2B View Construction - Outside Lineperson/Installer King Telephone Line Television System $35.20 5A 2B View Construction - Outside Technician King Telephone Line Television Technician $31.67 5A 2B 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 Tile Setters Journey Level $54.06 5A 1M View King Tile, Marble Et Terrazzo Finisher $44.89 5A 1B View Finishers King Traffic Control Stripers Journey Level 1 $47.68_ 7A 1 K 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 $61.59 5D 4Y 8L View King Truck Drivers Other Trucks $61.591 5D 4Y 8L View King Truck Drivers Deady Mix Transit Mix $61.59 5D 4Y 8L View King Well Drillers Et Irrigation Irrigation Pump Installer $17.71 1 View Pump Installers King Well Drillers Et Irrigation Oiler $13.50 1 View Pump Installers King Well Drillers Et Irrigation Well Driller $18.00 1 View Pump Installer's https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020 RETURN TO: PW ADMIN EXT: 2700 ID #: 3776 WAY LAW DEPARTNiLIvT ROUTING FO RM CITY OF FEDERAL_ - CAPITAL PROJECTS – – -- --- EXT: 271$ 3. DATE REQ. BY j, Di�IGIIVA'fING DEP'I/DIV: Pt_,s31 JpHN COLE ltiC. STAFFPERSC]N __� 3. TYPE O ' DOCt RFB RFP, RFQ) CONTRACT a coti f P.,��`Lc alt '( il[)w })[)LUMF'NT(E'G`' ❑ SMALL OR LIMITED PUBLIC WORKS ® PL Isl_f� 11't -?R h� C � IN I-st-vC'R ❑ MAINTENANCE AGREEMENT p PR(If L-SSIONAI. S}_ Izvkcr AGR>,MEIVT 13 HUMAN SERVICES / CDBG 13 C f )[ ) L)S NN D Sl: -K V IC f r1GREEWNT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS ❑ RE,` I p. 1,�1 C, DOCUMENT ❑ RESOLUTION ❑ ORDINANCE ❑ INTERLOCAL ❑ CONTRACT AMENDMENT (AG#):� ❑ OTHER aECT NAGE: ANNUAL PIPE REHABILITAT{p{ti1 PHASE 3 M20 — �-$497 4. PRo �� — ASSORTED ENDEAWORS� _ �f_R=PI-IONE.425 2 g, NAME OF CONTRACTOR,. F A\ •__— ADDRESS: 4022_ CAMI 'te 1 ---Jr Tl -IL -f, GoveCriOr E-MAIL: S�thPactflCSlteWOf, Com ----- ALLOTHER SIGNATURE NAME: Seth Smith CCI�IPI-.'�5,� l SI ati ❑ kNtiliA.`1NCt' REOUIIZS:.�11 � 1 �'�-}'•iZl'l! KATE ❑ (, EXHIBITSANDATTACHMENTS: ❑TS SCOPE, WORK OR SERVICES ❑ L•bk ��-�3O� FXP. ❑ PROOFOFAUTHORITYTOSIGN 11 RI:[1LI1&S.:k)s ftl.`,4f-S ❑ PfZfC)1`L.4'\ll�-'' rlhi4IEIID1VIkN REFERENCED EXHIBITS EXP 12/31/_ CFW LICENSE# --------- COMPLETION DATE: 7, TERM: COMMENCEMENT DA f 1- _ — — ---- (INCLUDE EXPENSES AND SALES TAX, IF ANY) S. TOT: R t Obi;' . S\ I i sc r\ w) 12486 LAB DOLLAR AMOUNT: $ BY: ❑CONTRACTOR ❑ CITY s I7 I=t' i Si i.: RLl' LABOR CHARGE - ATTACH SDULES OF EMPIAYEf S TITLES AND HOLIDAY RATES III i::�LC;'f.:1k 13 NO IF YES, MAXIMUM RI.f Niti1 i4iS:'1 iSk.L. l:•ti}'L �IyE: 13 YES ❑ NO IF YES, $ T SEE CONTRACT) OR =RETAINAGE BOND PROVIDED IS S,.\I.LS TAt U\k'l ❑ YES , RETAINAGE AGREEMENT RL•TALNAGE. RIS IAINAGE AMOUNT' 304-3100-288-594-31-650 INLTIAL / DATE APPRf]VEI7 p PURCHASING: PLEASE CHARGE TO: INITIAL/ 17ATti REVIEWED 9. DOCUMENT I CONTRACT REVIEW JC V 20SLH 7115@020 8 PROJECT MANAGER ❑ DIVISION MANAGER DSW 7115/202o d DEPUTY DIRECTOR — f� ❑ DIRECTOR ❑ RISI` MANAGEMENT (IF APPLICABLE) ER 71201— —_ J�— COMMITTEE APPROVAL DATE: �--� ❑ LAW DEPT IF APPLICABLE) SCHEDULED COMMITTEE ATE: _ _ _ _ _ -- -- 10. COUNCIL APPROVAL ( 71211P0 COUNCIL APPROVAL DATE: SCHEDULED COUNCIL DATE: -- DATE REC' D: 11. CDi+tTR'�I� SI( NA l -L RI ROUTING DATI ti4 til': Jam— — — ,Lti 1 } [7 G k.ix ]iZ {'U>!'I R �C1'f`7R ;� �•1L?1l Ii k ADVANCE IF COUNCIL APPROV AL IS NEEDED.) AI];'1L}f yft�'��TI IZl �l }}}f3tiZll4. i�til.1.:1 Ivt'f I.'I 1. 6 I1 1+. ;1l I I..iCLN51 N I.\i11}il '� IFIL l i N11�f}1.1t:Nf)f fl lt,tillt'� f [+l 1 it{?SIIf11l';tl,�[,frf`l f'tif'il•`111i7 I]AT 1 If NECLs' ApA AN11 r3 � NS n ❑ FINANCE DEPARTMENT AW DEPT SIGNATORY (MAYOR OR DIRECTOR) _ — vary CLERK A[ Y ❑ ASSIGNED AG # DATE SENT: ❑ SIGNED COPY RETURNED COMMENTS: J ORIGLNALS �' ��`5�� _ -- f+2020 Q FQ} L PUBLIC WORKS CONTRACT AND SPECIFICATIONS BID AND SMALL FOR ANNUAL PIPE REHABILITATION PHASE 3 (2020) PROJECT # 288 020- Quotes Accepted Until -2 X00 -p.m y �`�' ` ` ' Per Addendum #1 8:00 a.m. June 2:,t h 2020 , Prepared By: John Cole City of Federal Way CAPITAL PROJECTS en reviewed and approved by: The cont plans tans and specifications for this Project have be orks Director Public Works Director /Deputy Public W ANNUAL PIPE REHABILITATION PHASE ) CITY OF FEDERAL WAY PROJECT #288 RFQ-i CFW RF x VERSION 2020 -MAY TABLE OF CONTENTS PAGE INSTRUCTIONS TO BIDDERS & CHECKLISTS.........................................................................I ....... QUOTE..................................................................................................................................................................15 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION ........................................................................ SMALL PUBLIC WORKS CONTRACT •................................................. 24 SAMPLE CONTRACT CHANGE ORDER........................................................................................................... CERTIFICATEOF INSURANCE..........................................................................................................................26 PERFORMANCE AND PAYMENT BOND...........................................................................................................27 CONTRACTOR'S RETAINAGE OPTION............................................................................................................29 RETAINAGE BOND TO CITY OF FEDERAL WAY................................................................ SPECIALPROVISIONS........................................................................................................................................... STANDARDPLANS AND DETAILS........................................................................................................................ PREVAILING WAGES AND BENEFIT CODE KE ........................................... ..... . ............... PROJECT PLANS............................................................................................................. BOUND SEPARATELY CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH 02 RFQ-2 PROJECT #288 CFW RFQ VERSION 2020 -MAY NOTICE TO CONTRACTORS ANNUAL PIPE REHABILITATION PHASE 3 (2020) o'f Federal Way extends this invitation to bid to selected contractors listed with the MRSC Small The Cit is a small ublic works ra'ect and will be awarded under the small works Warks Roster. This ro ect raster process. PURPOSE: The City of Federal Way ("Cityn) is requesting quotes for the Annual Pipe Rehabilitation Phase 3 th (2020). Quotes will be received via email only to P+.11! l= d ,c �it','u ieC! ` h� 3 ;a r7 until June 24, 2020 at 2:00 p.m. Quotes received after that time and date will not be considered. This project shall consist of: 1. Perform work for services listed in Exhibit A, Schedules A, B, C, D, E and F of removing and replacement of failed Storm Sewer Pipe. 2. Schedule A will be to remove damaged Storm Sewer Pipe and replace with new. It will also involve roadway, curb, gutter, and sidewalk restoration. 3. Schedule B will be to remove damaged Storm Sewer Pipe and replace with new. It will also involve roadway restoration. 4. Schedule C will be to remove damaged Storm Sewer Pipe and replace with new. 5. Schedule D will be to remove damaged Storm Sewer Pipe and replace with new. 6. Schedule E will be to remove damaged Storm Sewer Pipe and replace with new. It will also involve roadway restoration. 7. Schedule F will be to remove damaged Storm Sewer Pipe and replace with new. It will also involve roadway restoration. 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 30 working days - BID DOCUMENTS: Plans, Specifications, and Addenda can be found at [EMAILED]. QUESTIONS: Any questions must be directed to John Cole, Capital Engineer by email at r r ,om OTHER PROVISIONS: All quotes and this Project shall be governed by the Contract, as defined by the ifications for Road. Washington State2020 Department Specifications), which sf Transportation tandard incorrporatedcby this reference as though see. tforth n full - And Municipal ll 20 ( All quotes shall be in accordance with the Contract. The City, in accordance with Title Vl of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2004d-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, CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-3 PROJECT #288 CFW RFQ VERSION 2020 -MAY SMALL PUBLIC WORKS CONTRACT THIS SMALL 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 ("City or Owner"). and Assorted Endeavors LLC — DBA — Pacific SEtework, a General ("Contractor"), for the project known as Annual Pipe Rehabilitation Phase 3 (2020) (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 8Y CONTRACTOR Contractor shall perform all Work and furnish all tools: materials, supplies equipment, labor and other items 11-icidental thereto necessary for the construction and completion of the Protect. Contractor shall perform the `JVork 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 tice of Project Completion is filed with State agencies, and formally accepted as complete by the City Council, No 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. 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 Contractors right to additional time. money, damages, or other relief (including expectancy or consequential damages) as a result of the event or condition giving rise to such request. 3. COMPENSATION 3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed One Hundered Twenty Thousand Four Hundered Eighty Six and 00/100 Dollars ($ 120.4 86.00), which amount shall constitute full and complete payment by the City ("Total Compensation"). The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid Quote, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner in the City s sole and absolute discretion. which shall be withheld until such CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-17 PROJECT #288 CFW RFQ VERSION 2020 -MAY in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. The City of Federal Way reserves the right to reject any and all quotes, waive any informalities or minor irregularities in the solicitation process, and determine which quote or bidder meets the criteria set forth in the bid documents. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-4 PROJECT 9288 CFW RFQ VERSION 2020 -MAY INSTRUCTIONS TO BIDDERS & CHECKLISTS (1) NOTICE TO CONTRACTORS AND CONTRACT DOCUMENTS Contractors must comply with the bidder instructions in the Notice to Contractors and the Contract Documents. (2) EXAMINATION OF QUOTE AND CONTRACT DOCUMENTS — BIDDER RESPONSIBILITIES The submission of a quote shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the bid and Small Public Works Contract and the other 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 quote 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 QUOTE AND CONTRACT DOCUMENTS No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of the quote 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 _ 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) QUOTE PRICE The quote 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 QUOTE OPENING The City reserves the right to postpone the date and time for receiveing the quotes 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 quote 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 quotes and/or to reject all quotes. In consideration for the City's review and evaluation of its quote, the bidder waives and releases any claims against the City arising from any rejection of any or all quotes. 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 ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-5 PROJECT #288 CFW RFQ VERSION 2020 -MAY (8) (9) 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. ❑ Quote: The Quote shall be completed and fully executed, including filling in the total bid amount. ❑ Contractor Certification Wage Law Compliance: This form shall be filled in and fully executed by the bidder. CONTRACT CHECKLIST The following documents are to be executed and delivered to the City after the Bid is awarded: ❑ Small Public Works Contract: The successful bidder will fully execute and deliver to the City the Small Public Works Contract ("Contract") from these Bid Documents. ❑ Certificate of Insurance: The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ Performance/Payment Bond_: The successful bidder will provide a fully executed Performance/Payment Bond as appropriate or in lieu of a bond, option to authorize the City to retain ten percent (10%). ❑ Contractor's Retainage Option: ion: 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 ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-6 PROJECT #288 CFW RFQ VERSION 2020 -MAY QUOTE ANNUAL PIPE REHABILITATION PHASE 3 (2020) QUOTE SUBMITTED VIA EMAIL TO: PW_Bids@cityoffederalway.com Subject Line:"Bid Submittal —Annual Pipe Rehabilitation Phase 3 (2020)" QUOTE SUBMITTED BY: Bidder: Assorted Endeavors LLC - DBA - Pacific Sitework Full Legal Name of Firm Contact: Seth Smith - Governor Individual with Legal Authority to sign Bid and Contract Address: 4022 Campbell RD Street Address Clinton WA 98236 City, State Zip Phone: 425 270 8497 E -Mail: Seth@PacificSitework.com Select One of the Following ❑ Corporation ❑ Partnership. ❑ Individual X Other State Contractor's License No.: Pacifs*833K6 State Contractor's License Expiration Date: 5 26 /2021 Month Day Year State UBI No.: 603-391-202 State Worker's Comp. Account No. 293.812-00 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-7 PROJECT #288 CFW RFQ VERSION 2020 -MAY NOTE: All entries shall be written in ink or typed. Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the unit price column will be regarded as nonresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. The Bidder shall complete this entire Bid Form or this bid may be considered non-responsive. The City may correct obvious mathematical errors. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. SCHEDULE A -27620 25TH DR S (PIPE ID# 1845) ITEM ITEM DESCRIPTION APPROX UNIT UNIT TOTAL NO. QTY PRICE BID 1 1-09 Mobilization 1 LS $3000 2 1-10 Project Temporary Traffic 1 LS I Control $2000 $2000 3 1-10 Construction Signs Class 1 LS A $1000 $1000 4 2-02 Sawcutting 62 LF $8 $496 5 2-02 Remove Existing Storm 12 LF Sewer Pipe 20 $240 6 2-03 Roadway Excavation Incl. 2 CY Haul $140 $280 7 2-09 Trench Safety System 1 LS $400 $400 8 2-09 Structure Excavation 4 CY Class B including Haul $140 $560 9 4-04 Crushed Surfacing Top 6 CY Course $85 $510 10 5-04 HMA Cl. 1/2" PG 58H-22 3 TN $350 $1050 11 7-04 Class 2 Reinf. Conc. 12 LF Storm Sewer Pipe 12 In. $225 $2700 Diam. 12 7-05 Connection to Drainage 4 EA Structure $850 $3400 13 8-01 Erosion Control and Water 1 LS $300 Pollution Prevention $300 14 8-02 Property Restoration 1 FA $1,000 $1,000 15 8-04 Cement Conc. Rolled Curb 20 LF and Gutter $45 $900 16 8-14 Cement Conc. Sidewalk 7 SY $145 $1015 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-8 PROJECT #288 CFW RFQ VERSION 2020 -MAY CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-9 PROJECT #288 CFW RFQ VERSION 2020 -MAY SUBTOTAL SCHEDULE A SCHEDULE B -28627 26TH AVE S (PIPE ID# 4242) ITEM ITEM DESCRIPTION APPROX UNIT UNIT TOTAL NO. QTY PRICE BID 1 1-09 Mobilization 1 LS $3000 $3000 2 1-10 Construction Signs Class 1 LS $1000 $1000 A 3 1-10 Project Temporary Traffic 1 LS $3000 $3000 Control 4 2-02 Sawcutting 88 LF $8 $704 5 2-02 Remove Existing Storm 30 LF $25 $750 Sewer Pipe 6 2-03 Roadway Excavation Incl. 4 Cy $560 Haul $140 7 2-09 Structure Excavation 44 Cy $80 $3520 Class B including Haul 8 2-09 Trench Safety System 1 LS $600 $600 9 4-04 Crushed Surfacing Top 66 CY $85 $5610 Course 10 5-04 HMA Cl. 1/2" PG 58H-22 9 TN $350 $3150 11 7-04 Storm Sewer Pipe - 12" 30 LF Dia Class 2 Reinforced $225 $6750 Concrete Storm Sewer 12 1 7-05 Connection to Drainage 8 EA $850 $6800 Ll Structure 8-01 Erosion Control and Water 1 1 LS $500 $500 Pollution Prevention 14 8-02 Property Restoration FA $1,000 $1,000 �—�������_S�UBTOT�ALSC�HEDQLE B $36,944.00 SCHEDULE C - REDONDO WAY S (PIPE ID# 24855) EM ITEM DESCRIPTION Nf APPROXUNIT UNIT TOTAL BID O.QTY FN PRICE 2 1-09 1-10 Mobilization Construction Signs Class q 2 LS 1 LS $1500 $1000 $3000 $1000 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-9 PROJECT #288 CFW RFQ VERSION 2020 -MAY 3 4 5 6 7 s 9 10 11 1-10 Project Temporary Traffic 1 Control 2-02 Remove Existing Storm 8 Sewer Pipe 2-09 Structure Excavation 15 Class B including Haul 2-09 Trench Safety System 1 4-04 Crushed Surfacing Top 2 Course 7-04 High -Density Polyethylene 8 (HDPE) Pipe 36 In. Diam. 7-05 Connection to Drainage 2 Structure 8-01 Erosion Control and Water 1 Pollution Prevention 8-02 Property Restoration 1 LS $1000 $1000 LF $125 $1000 CY $85 $1275 LS $1000 $1000 CY $125 $250 LF $385 $3080 EA $1500 $3000 LS $1000 $1000 FA $1,000 $1,000 SUBTOTAL SCHEDULE C. $16,605.00 SCHEDULE D- 2404 S 296th PI (PIPE ID# 4266) ITEM ITEM DESCRIPTION APPROX UNIT UNIT TOTAL NO. QTY PRICE BID 1 1-09 Mobilization 1 LS $3000 $3000 2 1-10 Construction Signs Class 1 LS $1000 $1000 A 3 70 Project Temporary Traffic 1 LS $500 $500 ___[Control 4 2-02 Remove Existing Storm 40 LF $50 $2000 Sewer Pipe 5 2-09 Structure Excavation 41 CY $85 $3485 Class B including Haul 6 2-09 Trench Safety System 1 LS $1000 $1000 7 7-04 High -Density Polyethylene 32 LF 9600 (HDPE) Pipe 30 In. Diam. $300 $ 8 7-05 Connection to Drainage 2 EA $1200 $2400 Structure 9 8-01 Erosion Control and Water 1 LS $1000 $1000 Pollution Prevention 10 8-02 Property Restoration 1 FA $1,000 $1,000 11 8-02 Sod Installation 27 SY f $30 $810 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-10 PROJECT #288 CFW RFQ VERSION 2020 -MAY I $25,795.00 SCHEDULE E -20TH AVE S & S 282ND ST (PIPE ID #4751) ITEM ITEM DESCRIPTION APPROX UNIT UNIT TOTAL NO. 1 QTY $2000 PRICE BID 1 1-09 Mobilization � 1 LS $2000 $2000 2 1-10 Project Temporary Traffic 1 LS $1500 $1500 1-10 Construction Signs Class Control LS $500 $500 3 1-10 Construction Signs Class 1 LS $1000 $1000 A 4 2-02 " Sawcutting 24 LF $8 $192 5 2-02 Remove Existing Storm 4 LF $45 $180 Sewer Pipe 6 2-03 Roadway Excavation Incl. 1 CY $125 $125 Haul 7 2-09 Trench Safety System 1 LS $500 $500 8 2-09 Structure Excavation 5 CY $85 $425 Class B including Haul 9 4-04 Crushed Surfacing Top 5 CY $100 $q9a Course 10 5-04 HMA Cl. 112" PG 581-1-22 1 TN $350 $350 11 7-04 Storm Sewer Pipe - 8- Dia 4 LF Class 2 Reinforced $175 $700 Concrete Storm Sewer Pi e 12 7-05 Connection to Drainage 2 EA $300 $600 Structure 13 18-01 Erosion Control and Water 1 LS $300 $300 l Pollution Prevention 14 8-02 Property Restoration 1 FA $1,000 $1,000 SUBTOTAL SCHEDULE E 4&W-2'0,Ot. ITEM SCHEDULE F -29309 2ND AVE SW (PIPE ID #15585) .. ITEM DESCRIPTION APPROX UNIT UNIT TOTAL NO. QTY PRICE BID 1 1-09 Mobilization 1 LS $2000 $2000 2 1-10 Project Temporary Traffic 1 LS $2000 $2000 Control 3 1-10 Construction Signs Class 1 LS $500 $500 A CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) Den -11 PROJECT 0288 CFW RFQ VERSION 2020 -MAY 51150 0 4 2-02 Sawcutting 48 LF $8 $384 5 2-02 Remove Existing Storm 8 LF $25 $200 16,605.00 SCHEDULE D- 2404 S 296th PI (PIPE ID# 4266) Sewer Pipe 251795.00 SCHEDULE E -20TH AVE S & S 282ND ST (PIPE ID #4751 $�� 6 2-03 Roadway Excavation Incl, 2 CY $100 $200 Haul 7 2-09 Trench Safety System 1 LS $500 $500 8 2-09 Structure Excavation 11 CY $85 $935 Class B including Haul 9 4-04 1 Crushed Surfacing Top 11 CY 100 $1100 Course 10 5-04 HMA Cl. 1/2" PG 58H-22 4 TN $350 $1400 11 7-04 Storm Sewer Pipe - 12" 8 LF $125 $1000 Polyethylene Pipe 12 7-05 Connection to Drainage 4 EA $300 $1200 Structure 13 8-01 Erosion Control and Water 1 LS $500 $500 Pollution Prevention 14 8-02 Property Restoration 1 FA $1,000 $1,000 SUBTOTAL SCHEDULE F BID SUMMARY ITEM BID AMOUNT SCHEDULE A -27620 25TH DRS PIPE ID# 1845 %' 869.99 SCHEDULE B -28627 26TH AVE S (PIPE ID# 4242) $ 36,944.00 SCHEDULE C - REDONDO WAY S (PIPE ID# 24855) $ 16,605.00 SCHEDULE D- 2404 S 296th PI (PIPE ID# 4266) $ 251795.00 SCHEDULE E -20TH AVE S & S 282ND ST (PIPE ID #4751 $�� SCHEDULE F -29309 2ND AVE SW (PIPE ID #15585) $ $•-;$ TOTAL BID AMOUNT (including Washington State sales tax, all other -government taxes, assessments and charges) $12,919.00 $18,851.00. $9,372.00 312,91,9-00 The documents incorporated by reference, as if fully set forth, are the Notice to Contractors. the Instructions to Bidders and Checklists, the Contractors Quote (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. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-12 PROJECT #288 CFW RFQ VERSION 2020 -MAY Pursuant to and in compliance with the Notice to Contractors 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 quote, 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 quote, 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 andfor provided under this contract and that it shall riot 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 fallowing violations or infractions within a five year period: (1) Violated RCW 51.48.020(1) or 51.48.103;. or (2) Committed an infraction or violation under Chapter 18.27 RCW. CERTIFICATION OF LAWFUL EMPLOYMENT The Contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act now or as herein after amended, 8 U.S.C. 1101 et. Seq., and that all employees, including subcontractor employees, are lawfully permitted to perform work in the United States as provided in this agreement with the City of Federal Way. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-13 PROJECT #288 CFW RFQ VERSION 2020 -MAY Receipt of the following Addendums is hereby acknowledged Addendum No. 1 Addendum No. Addendum No. Date Issued: 6/24/2020 Date Issued: Date Issued: The undersigned individual represents and warrants that he or she is a�uth razed to e111and all bid documents on behalf of any partnership, joint venture or carpo ion. By: Signature Seth Smith Printed Name Governor Title CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-14 PROJECT #288 CFW RFQ VERSION 2020 -MAY CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID QUOTE PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD. 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 Assorted Endeavors LLC - DBA - Pacific Sitework By: Legal Name of Firm Signature of Authorized Title: Governor Title of Person Signing Certificate Date: 6/26/2020 Seth Smith Print Name of Person Making Certifications for Firm Place: Clinton WA 98236 Print City and State Where Signed CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-15 PROJECT #288 CFW RFQ VERSION 2020 -MAY CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-16 PROJECT #288 CFW RFQ VERSION 2020 -MAY THIS SMALL PUBLIC WORKS CONTRACT' ( `Contract") is dated effective this 15 day of Sept 1 2020 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and Assorted Endeavors LLC — DBA — Pacific Sitework, a General ("Contractor"), for the project known as Annual Pipe Rehabilitation Phase 3 (2020) (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 cornpletion of the Project. Contractor shall perform the Work in a manner consistent with accepted practices for other property licensed contractors and in accordance with and as described in the Contract Documents, which Work shalt 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. 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 il In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed 'One Hindered Twentv Thousand Four Hundered Eighty Six and 00/100 Dollars ($ 120,486.00)1 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 Quote, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole and absolute discretion, which shall be withheld until such CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-17 PROJECT #288 CFW RFQ VERSION 2020 -MAY 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 ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-18 PROJECT #288 CFW RFQ VERSION 2020 -MAY 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 ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-19 PROJECT #288 CFW RFQ VERSION 2020 -MAY 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 Notice to Contractors, the Instructions to Bidders and Checklists, the Contractor's Quote (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 ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-20 PROJECT #288 CFW RFQ VERSION 2020 -MAY 8.7 Full Forc,c 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 Assi nment. 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 Lin-Eiation and Venue. For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated in court. the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims, action, or dispute. 8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 8.12 Sale Authority/Discretion/Jud_gment. 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: Jonn Cole Capital Eng ineer 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 ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-21 PROJECT #288 CFW RFQ VERSION 2020 -MAY 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: Assorted Endeavors LLC — DBA — Pacific Sitework Attn: Seth Smith 4022 Campbell Rd' Clinton, WA 98236 ENGINEER: City of Federal Way Attn: John Cole, Capital Engineer 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. Alternatively, pursuant to RCW 39.08.010, at the option of Contractor, if the value of this Contract is less than One Hundred Fifty Thousand Dollars ($150,000.00), the City may, in lieu of a bond, retain ten percent (10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the Department of Revenue and the Department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The Contractor must notify the City in writing if it elects to take this alternative. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-22 PROJECT #288 CFW RFQ VERSION 2020 -MAY DATED the day and year set forth above. CITY OE -FEDERAL WAY: Jia�'-F�.rref 00'A4C1y01- " �5 8th Avenue South rleral Way, WA 98003-6325 ATTEST: S ph nie Courtney, C C City Clerk APPROVED AS TO FORM: J. Ryan Ca4City,arney NOTARY OF CONTRACTOR'S SIGNATURE: STATE OF WASHINGTON CONTRACTOR: -------------- Signature of Authorized lbdfvidctal c Printed Name of AuthorizedIndividual Street Address 1. l�� ivy U `769\-zL City, State, Zip )ss - COUNTY ss.COUNTY OF ) On this day personally appeared before me, s toknown to be the individual described in and who ex cuted the foregoing in rument, and on oath swore thant�i ase heiwey executed the foregoing instrument a is he0heir free and voluntary act and deed for the uses and purposes therein mentioned. GIVEN my hand and official seal this day of A.; d T� :0 NOTARY ! .� PUBLIC •- .V (P - ® . i-5 x, -22-2Q OF 1 20-k (typed1printed name of notary) Notary Public in and forthe State of Washington. My commission expires (2 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-23 PROJECT #288 CFW RFQ VERSION 2020 -MAY SAMPLE CONTRACT CHANGE ORDER PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER PROJECT TITLE SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The time provided for completion in the Contract is EFFECTIVE DATE CONTRACTOR ❑ Unchanged ❑ Increased by_ Working Day(s) ❑ Decreased by_ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT JINCREASE $ I DECREASE $ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-24 PROJECT #288 CFW RFQ VERSION 2020 -MAY 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 ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-25 PROJECT #288 CFW RFQ VERSION 2020 -MAY CERTIFICATE OF INSURANCE Contractor's Certificate of Insurance to be inserted here daring Contract Execution CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-26 PROJECT #288 CFW RFQ VERSION 2020 -MAY DATE (MMIDDNYYY) .4CaR CERTIFICATE OF LIABILITY INSURANCE 1 08/18/2020 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 rights to the certificate holder in lieu of such endorsement(s). NLeanne Pearson PRODUCER NAME: FAX r4, :;5$-&727 PHONE 425 •155-5640 The Partners Group Ltd AIC No Eaq : ( ) _ CAIf:. vo 11225 SE 6th St., Suite 110 A111111-1 Ipearson@tpgrp.com INSU RERIS) AFFORDING COVERAGE NAIC # WA 96004 Ohio Ser.,ln4y Ins Co 24082 Bellevue _ INSURER A INSURED INSURER B Ohio Casualty Ins Co. 24074 Assorted Endeavors, LLC, DBA: Pacific Sitework NSURER C : P.O. BOX 1163 INSURER D INSURER E . Clinton WA 98236 INSURER F COVERAGES CERTIFICATE NUMBER: 2020 GL AL LIMB REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FCR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LICY E'F OLICY XP NTYPE OF INSURANCE IN$D Wv❑ POLICYNUMBER MMIDDIYYYIr MMlDOIYYYY LTR �. COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR A BKS57443391 107/02/2020 1 10/30/2020 raEu'L AGGREGATE ATE LIMITAPPLIES PER: SRO• ❑ LOC X POLICY F y•„T O FFIER: AUTOMOBILE LIABILITY ANY AUTO A OWNED SCHEDULED BKS57443391 TOS ONLY AUTOS AUTOS ONLY � AUTOS ONLY HIRED NON -OWNED UMBRELLA AB ][ OCCUR B EXCESS LIAB CI.AIr.Is-I.^.n.DE US057443391 DEC, X REEN7•ION § 10,000 LX WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N A ANY PROPRIETOR aART`i1:R7EXEC::T;VF NIA BKS57443391 pFRCF!�fMEOaER EXI; UDED" (Mandatary In NH) IF yes. descdbe under OESCRIF'TION OF 01,1=R,170NS below .. 07/02/2020 1 10/30/2020 07/02/2020 1 10/30/2020 07/02/2020 1 10/30/202C � � I I I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) RE: Annual Pipe Rehabilitaion Phase 3 - Projejct #288 LIMITS Er�CF OGC L:RRENC E S 1,000•000 PRE!•11SE5 `Fa�ercurrzn[eS .1.000.0x0 MED EXP (Any one persanl 1:].0x4 PERSONAL&ADV INJURY § 1,000,000 GENERALAGGRCGATE $ 2.000,000 PRODUCTS - COAtp1OP AGG i Z'000'000 C0' MIBINED SINGLE L,irx $ 1,000,000 Ea a�dencl BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROF•ERTY DAMAGE (Per aCCident $ $ ERCFI GCCURR-NCE y 3,000.000 AGGREGATE $ 3,000.000 S PE -e Gr'" STATUTE X ER WA STOP GAP E.L. EACHACCIDeNT S 1,000,000 EL DISEASE-EAFMPLCYEE 5 1,000,000 E.L.. DISEASE - hOI-ICY LIMIT $ 1.000,x00 City of Federal Way is included as additinal insured for General Liability and Auto Liability per attached forms CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Federal Way 33325 8th Ave S AUTHORIZED REPRESENTATIVE Federal Way WA 98003 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD COMMERCIAL AUTO AC 85 01 06 18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. If the policy to which this endorsement is attached also contains a Business Auto Coverage Enhancement Endorsement with a specific state named in the title, this endorsement does not apply to vehicles garaged in that specified state. COVERAGE INDEX PROVISION NUMBER SUBJECT ACCIDENTAL AIRBAG DEPLOYMENT 13 421 ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM SUIT OR LOSS AMENDED FELLOW EMPLOYEE EXCLUSION 6 15 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 25 BODILY INJURY REDEFINED EMPLOYEES AS INSUREDS (Including Employee Hired Auto) 3 11 EXTRA EXPENSE -BROADENED COVERAGE 17 GLASS REPAIR -WAIVER OF DEDUCTIBLE 23 HIRED AUTO COVERAGE TERRITORY 7 HIRED AUTO PHYSICAL DAMAGE (Including Employee Hired Auto) 16 LOAN / LEASE GAP (Coverage Not Available In New York) 2 NEWLY FORMED OR ACQUIRED SUBSIDIARIES 18 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 12 PERSONAL EFFECTS COVERAGE PHYSICAL DAMAGE. - ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 9 14 PHYSICAL DAMAGE DEDUCTIBLE - VEHICLF TRACKING SYSTEM CONTRACT OR WRITTEN AGREEMENT 24 PRIMARY AND NON-CONTRIBUTORY -WRITTEN 10 RENTAL REIMBURSEMENT 5 SUPPLEMENTARY PAYMENTS 8 TOWING AND LABOR 1 TRAILERS - INCREASED LOAD CAPACITY 19 TWO OR MORE DEDUCTIBLES 20 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS OF RIGHTS OF RECOVERYAGAINST OTHERS TO US 22 WAIVER OF TRANSFER SECTION I - COVERED AUTOS is amended as follows: 1. TRAILERS - INCREASED LOAD CAPACITY The following replaces Paragraph C.1. Certain Trailers, Mobile Equipment And Temporary Substitute Autos of SECTION I - COVERED AUTOS: Trailers with a load capacity of 3,000 pounds or less designed primarily for travel on public roads. © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission Page 1 of 7 SECTION II - LIABILITY COVERAGE is amended as follows: 2. NEWLY FORMED OR ACQUIRED SUBSIDIARIES SECTION 11 - LIABILITY COVERAGE, Paragraph A.I. - Who Is An Insured is amended to include the following as an "insured": d. Any legally incorporated subsidiary of which you own more than 50 percent interest during the policy period. Coverage is afforded only for 90 days from the date of acquisition or formation. However" "insured" does not include any organization that: (1) Is a partnership or joint venture; or (2) Is an "insured" under any other automobile policy except a policy written specificall y to apply in excess of this policy; or (3) Has exhausted its Limit of Insurance or had its policy terminated under any other automobile policy. Coverage under this provision d. does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 3. EMPLOYEES AS INSUREDS SECTION II - LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured is amended to include the following as an "insured": e. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorsement is excess over any other insurance available to any "employee". f. Any "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business and within the scope of Lheir employment. Insurance provided by this endorsement is excess over any other insurance available to the "employee". 4. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION 11 - LIABILITY COVERAGE, Paragraph A.I. Who Is An Insured is amended to include the following as an "insured": g. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, written agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public arkthority to this policy as an "insured". However, such person or organization is an "insured": (1) Only with respect to the operation, maintenance or use of a covered "auto"; (2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed the written contract or written agreement, or the permit has been issued to you; and (3) Only for the duration of that contract, agreement or permit. The "insured" is required to submit a claim to any other insurer to which coverage could apply for defense and indemnity. Unless the "insured" has agreed in writing to primary rn)ncontributory wording per enhancement number 24, this policy is excess over any other collectible insurance. 5. SUPPLEMENTARY PAYMENTS SECTION 11 - LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, Paragraphs (2) and (4) are replaced by the following: (2) Up to $3.[]00 for cost of bail bonds (including bonds for related traffic violations ) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 2 of 7 6. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow "employees" are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provi- sion is added: SECTION II - LIABILITY, Exclusion B.5. Fellow Employee does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire if you have workers compensation insurance in force for all of your "employees" at the time of "loss". This coverage is excess over any other collectible insurance. SECTION III - PHYSICAL DAMAGE COVERAGE is amended as follows: _ 7. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III -PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you — own, then the Physical Damage coverages provided are extended to "autos": — — a. You hire, rent or borrow; or b. Your "employee" hires or rents under a written contract or agreement in that "employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: a. The most we will pay for "loss" in any one "accident" or "loss" is the smallest of: (1) $50,000; or (2) The actual cash value of the damaged or stolen property as of the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. b. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. c. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest covfrage applicable to any covered "auto" you own. d. Subject to a maximum of $1,000 per "accident", we will also cover the actual loss of use of the hired "auto" if it results from an "accident". you are legally liable and the lessor incurs an actual financial loss. e. This coverage extension does not apply to: (1) Any "auto" that is hired, rented or borrowed with a driver; or (2) Any "auto" that is hired, rented or borrowed from your "employee" or any member of your "employee's" household. Coverage provided under this extension is excess over any other collectible insurance available at the time of "loss". 8. TOWING AND LABOR SECTION III - PHYSICAL DAMAGE COVERAGE, Paragraph A.2. Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is disabled: a. For private passenger type vehicles, we will pay up to $75 per disablement. b. For "light trucks", we will pay up to $75 per disablement. "Light trucks" are trucks that have a gross vehicle weight (GVW) of 10,000 pounds or less. c. For "medium trucks" , we will pay up to $150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight (GVW) of 10,001 - 20,000 pounds. However, the labor must be performed at the place of disablement. b 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 3 of 7 9. PHYSICAL DAMAGE -ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a. Coverage Extensions, Transportation Expenses of SECTION III - PHYSICAL DAMAGE COVERAGE, is amended to provide a limit of S50 per day and a maximum limit of $1,500. 10. RENTAL REIMBURSEMENT SECTION 111 - PHYSICAL DAMAGE COVERAGE, A. Coverage, is amended by adding the following: a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those ex- penses incurred after the first 24 hours following the "accidenl" or "loss" to,the covered "auto." b. Rental Reimbursement requires the rental of a comparable or lessor vehicle, which in many cases may be substantially fess than $75 per day. and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, lap to a maximum of 30 days. c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto". This limit is excess over any other collectible insurance. d. This coverage does not apply unless you have a business necessity that other "autos" available for your use and operation cannot fill. e. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. f. No deductible applies to this coverage. g. The insurance provided under this extension is excess over any other collectible insurance. If this policy also provides Rental Reimbursement Coverage you purchased, the coverage provided by this Enhancement Endorsement is in addition to the coverage you purchased. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 12.B. 11. EXTRA EXPENSE - BROADENED COVERAGE Under SECTION III - PHYSICAL DAMAGE COVERAGE, A. Coverage, we will pay for the expense of returning a stolen covered "auto" to you. The maximum amount we will pay is $1,000. 12. PERSONAL EFFECTS COVERAGE A. SECTION III - PHYSICAL DAMAGE COVERAGE, A. Coverage, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V - DEFINITIONS is amended by adding the following: Q For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an "insured." "Personal effects" does not include tools, equipment, jewelry, money or securi- ties. 13. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III - PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other coverage or warranty. O 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 4 of 7 14. PHYSICAL DAMAGE DEDUCTIBLE -VEHICLE TRACKING SYSTEM SECTION III - PHYSICAL DAMAGE COVERAGE, D. Deductible, is amended by adding the following: Any Comprehensive Deductible Shown in the Declarations will be reduced by 50% for any "loss" caused by lhePt if the vehicle is eruil3ped with a vehicle tracking device such as a radio tracking device or a global position device and that device was the method of recovery of the vehicle. 15. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III - PHYSICAL DAMAGE COVERAGE, B. Exclusions, Paragraph a. of the exception to exclu- sions 4.c. and 4.d. is deleted and replaced with the following: Exclusions 4.c. and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not de- signed solely for the reproduction of sound, if the equipment is: _ (1) Permanently installed in the covered "auto" at the time of the "loss" or removable from a housing unit that is permanently installed in the covered "auto"; and (2) Designed to be solely operated by use from the power from the "auto's" electrical system; and " — (3) Physical damage coverages are provided for the covered "auto". If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a $100 deductible. 16. LOAN / LEASE GAP COVERAGE (Not Applicable In New York) A. Paragraph C. Limit Of Insurance of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one accident' is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is " subject at the time of the "loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the "loss"; b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear; c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insur- ance purchased with the loan or lease; d. Transfer or rollover balances from previous loans or leases; e. Final payment due under a "Balloon Loan"; f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto"; g. Security deposits not refunded by a lessor; h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto"; i. Any amount representing taxes; j. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the "loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the "loss". This adjustment is not applicable in Texas. B. Additional Conditions This coverage applies only to the original loan for which the r'overed "auto" that incurred the "loss" serves as collateral, or lease written on the covered "auto" that incurred the "loss". © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services office Inc., with its Permission Page 5 of 7 C. SECTION V - DEFINITIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply: "Total loss" means a 'loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A "balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. 17. GLASS REPAIR- WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 18. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to 'loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the "auto" is designed to carry while it is: a. In the charge of an "insured"; b. Legally parked; and c. Unoccupied. The 'loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any 'loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. 19. TWO OR MORE DEDUCTIBLES Under SECTION III - PHYSICAL DAMAGE COVERAGE, if two or more company policies or coverage forms apply to the same "accident', the following applies to Paragraph D. Deductible: a. If the applicable Business Auto deductible is the smaller (or smallest) deductible, it will be waived; or b. If the applicable Business Auto deductible is not the smaller (or smallest) deductible it will be reduced by the amount of the smaller (or smallest) deductible; or c. If the 'loss" involves two or more Business Auto coverage forms or policies, the smaller (or smallest) deductible will be waived. For the purpose of this endorsement, company means any company that is part of the Liberty Mutual Group. SECTION IV - BUSINESS AUTO CONDITIONS is amended as follows: 20. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV- BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the incep- tion date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. b 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission Page 6 of 7 21. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph A.2.a. is replaced in its entirety by the follow- ing: a. In the event of "accident", claim, "suit" or "loss", you must promptly notify us when it is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) Member, if you are a limited liability company; (4) An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. To the extent possible, notice to us should include: (a) How, when and where the "accident" or "loss" took place; (b) The "insureds" name and address; and (c) The names and addresses of any injured persons and witnesses. �- 22. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US _ SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us, is amended by the addition of the following: If the person or organization has in a written agreement waived those rights before an "accident" or 'loss", our rights are waived also. 23. HIRED AUTO COVERAGE TERRITORY SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph B.7. Policy Period, Coverage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the "Rnsured's' responsibility to pay for damages is determined in a "suit", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. 24. PRIMARY AND NON-CONTRIBUTING IF REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREE- MENT The following is added to SECTION IV - BUSINESS AUTO CONDITIONS, General Conditions, B.5. Other Insurance and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". SECTION V - DEFINITIONS is amended as follows: 25. BODILY INJURY REDEFINED Under SECTION V - DEFINITIONS, Definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission Page 7 of 7 CA 00 01 03 06 BUSINESS AUTO COVERAGE FORM Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy the words "you" and "your" refer to the Named Insured shown in the Op-clarations. The words "we". "us" and "our" refer to the Company providing this insurance. Other words and phrases that appear in quotation marks have special meaning. Refer to Section V - Definitions. mbal 1 An "Auto" 2 Owned "Autos" Description Of SECTION I - COVERED AUTOS ITEM TWO of the Declarations shows the "autos" that are covered "autos" for each of your cov- erages. The following numerical symbols de- scribp the "autos" that may be covered "autos". The symbols emlered next to a coverage on the Declarations designate the only "autos" that are covered "autos". A. Description Of Covered Auto Designation Symbols red Auto Designation _w Only those "autos' you own (and for Liability Coverage any "trailers" you don't own while attached to power units you own.) This includes .�.,..... n..,.�...e" trni i mrni iira nwnp_rghio of after the policy begins. 3 Owned Only the private passenger "autos" you own. This includes those private Private passenger "autos" you acquire ownership of after the policy begins. Passenger cannot reject Uninsured Motorists Coverage. This includes those "Autos" Only "autos" you acquire ownership of after the policy begins provided 4 Owned Only those "autos" you own that are not of the private passefiger type "Autos" Other (and for Liability Coverage any "trailers" you don't own while attached Than Private to power units you own). This includes those "autos" not of the Passenger private passenger type you acquire ownership of after the policy begins. "Autos" Only a premium charge is shown (and for Liability Coverage any 5 Owned Only those "autos" you own that are required to have No -Fault benefits "Autos" in the state where they are licensed or principally garaged. This Subject includes those "autos" you acquire ownership of after the policy begins To No -Fault provided they are required to have No -Fault benefits in the state where they are licensed or principally qora ed. 6 Owned Only those "autos" you own that because of the law in the state where "Autos" they are licensed or principally garaged are required to have and Subject cannot reject Uninsured Motorists Coverage. This includes those To A "autos" you acquire ownership of after the policy begins provided Compulsory they are subject to the same state uninsured motorists requirement. Uninsured Motorists La - 7 Specifically Only those "autos" described in Item Three of Declarations for which "trailers" Described a premium charge is shown (and for Liability Coverage any "Autos" ou don't own while attached to any QoWer unit described iin Item ThFee). 8 Hired "Autos" Only those "autos" you lease, hire. rent or borrow. This does not include Only any "auto" you lease, hire. rent, or borrow from any of your "employees". partners (if you are a partnership;, members (if you are a limited lability rmmmanv) nr members of their household, CA 00 01 03 06 ©ISO Properties, Inc., 2005 Page 1 of 13 Svmbol Descri kion Of Covered Mato n—irinnii,n S 9 Non -Owned Only those "'autos" you do not ow -i. Icase, hire. rent cr borrow that "Autos" are used in connection with your business. "fl "autos" owned Only by your "employees partners (if you are a Iaartrrersi iipJ, members (if you are a limited liability company), or members of their households but only while used in your business or our personal affairs. 19 Mobile Equip- Only those "autos" that are land vehicles and that would qualify under the ment Subject definition of "mobile equipment" under this policy if they were not To Compul- subject to a compulsory or financial responsibility law or other sory Or motor vehicle insurance law where they are licensed or principally garaged. Financial Responsibility Or Other Motor Vehicle Insurance Law Only B. Owned Autos You Acquire After The Policy Begins 1. If symbols 1, 2, 3, 4, 5, 6 or 19 are entered next to a coverage in ITEM TWO of the Declarations, then you have cov- erage for "autos" that you acquire of the type: described for the remainder of the policy period. 2. But, if symbol 7 is entered next to a coverage in ITEM TWO of the Declara- tions, an "auto" you acquire will be a covered "auto" for that coverage only if: a. We already cover all "autos" that you own for that coverage or It re- places an "auto" you previously nwned that had that coverage; and b. You tell us within 30 days after you acquire it that you want us to cover it for that coverage. C. Certain Trailers, Mobile Equipment And Tem- porary Substitute Autos If Liability Coverage is provided by this Cov- erage Form, the following types of vehicles are also covered "autos" for Liability Cov- erage: 1. "Trailers" with a load capacity of 2,000 pounds or less designed primarily for travel on public roads. 2. "Mobile equipment" while being carried or towed by a covered "auto." 3. Any "auto" you do not own while used with the permission of its owner as a temporary substitute for a covered "auto" you own that is out of service because of its: a. Breakdown; b. Repair; c. Servicing; d. "Loss"; or e. Destruction SECTION II - LIABILITY COVERAGE A. Coverage We will pay all sums an "insured" legally must pay as damages because of "bodily injury" or "property damage to which this insurance applies, caused by an "accident" and resulting from the ownership, mainten- ance or use of a covered "auto." We will also pay all sums an "insured" le- gally must pay as a "covered pollution cost or expense" to which this insurance applies. caused by an "accident" and resulting from the ownership, maintenance or use of cov- ered "autos." However, we will only pay for the "covered pollution cost or expense" if there is either "bodily injury" or "property damage" to which this insurance applies that is caused by the same "accident." We have the right and duty to defend any "insured" against a "suit" asking for such c amagps or a "covered pollution cost or ex- pense". However, we have no duty to defend any "insured" against a "suit" seeking dam- ages for "bodily injury" or "property dam- age" or a "covered pollution cost or expense" to which this insurance does not apply. We may investigate and settle any claim or "suit" as we consider appropriate. Our duty to defend or settle ends when the Liability Coverage Limit of Insurance has been exhausted by payment of judgments or settlements. 1. Who Is An Insured The following are "insureds": a. You for any covered "auto." b. Anyone else while using with your permission a covered "auto" you own, hire or borrow except: CA 00 01 03 06 ©ISO Properties, Inc., 2005 Page 2 of 13 2. (1) The owner or anyone else from whom you hire or borrow a cov- ered "auto". This exception does not apply if the covered "auto" is a "trailer" connected to a cov- ered "auto" you own. (2) Your "employee" if the covered "auto" is owned by that "em- ployee" or a member of his or her household. (3) Someone using a covered "auto" while he or she is work- ing in a business of selling, ser- vicing, repairing, parking or storing "autos" unless that busi- ness is yours. (4) Anyone other than yn',jr "em- ployees", partners (if you are a partnership), members (if you are a limited liability company), or a lessee or borrower or any of their "employees", while moving property to or from a covered "auto". (5) A partner (if you are a partner- ship), or a member (if you for a limited liability company), covered "auto" owned by him or her or a member of his or her household. C. Anyone liable for the conduct of an "insured" described above but only to the extent of that liability. Coverage Extensions a. Supplementary Payments. We will pay for the "insured": (1) All expenses we incur. (2) Up to $2,000 for cost of bail bonds (including bonds for re- lated traffic law violations) re- quired because of an "accident" we cover. We do not have to furnish these bonds. (3) The cost of bonds to release at- tachments in any "suit" against the "insured" we defend, but only for bond amounts within our Limit of Insurance. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $250 a day because of time off from work. (5) All costs taxed against the "in- sured" in any "suit" against the "insured" we defend. CA 00 01 03 06 (6) All interest on the full amount of any judgment that accrues after entry of the judgment in any "suit" against the "insured" we defend, but our duty to pay in- terest ends when we have paid, offered to pay or deposited in court the part of the judgment that is within our Limit of Insur- ance. These payments will not reduce the Limit of Insurance. b. Out of State Coverage Extensions. While a covered "auto" is away from the state where it is licensed we will: (1) Increase the Limit of Insurance for Liability Coverage to meet the limits specified by a compul- sory or financial responsibility law of the jurisdiction where the covered "auto" is being used. This extension does not apply to the limit or limits specified by any law governing motor carriers of passengers or property. (2) Provide the minimum amounts and types of other coverages, such as no-fault, required of out- of-state vehicles by the jurisdic- tion where the covered "auto" is being used. We will not pay anyone more than once for the same elements of loss because of these extensions. B. Exclusions This insurance does not apply to any of the following: 1. Expected Or Intended Injury "Bodily injury" or "property damage" ex- pected or intended from the standpoint of the "insured". 2. Contractual Liability assumed under any contract or agreement. But this exclusion does not apply to li- ability for damages: a. Assumed in a contract or agreement that is an "insured contract" pro- vided the "bodily injury" or "prop- erty damage" occurs subsequent to the execution of the contract or agreement; or (biSo Properties, Inc., 2005 Page 3 of 13 b. That the "insured" would have in the absence of the contract or agree- ment. 3. Workers' Compensation Any obligation for which the "insured" or the "insured's" insurer may be held liable under any workers' compensation, disability benefits or unemployment com- pensation law or any similar law. 4. Employee Indemnification And Employ- er's Liability "Bodily injury" to: RM a. An "employee" of the "insured" arising out of and in the course of: (1) Employement by the "insured"; or (2) Performing the duties related to the conduct of the "insured's" business; or b. The spouse, child, parent, brother or sister of that "employee" as a con- sequence of Paragraph a. above. This exclusion applies: (1) Whether the "insured" may be liable as an employer or in any other capacity; and (2) To any obligation to share dam- ages with or repay someone else who must pay damages because of the injury. But this exclusion does not apply to "bodily injury" to domestic "employees" not entitled to workers' compensation benefits or to liability a5Sl med by the "insured" under an "insured contract". For the purposes of the Coverage Form, a domestic "employee is a person en- gaged in household or domestic work performed principally in connection with a residence premises. 5. Fellow Employee "Bodily injury" to any fellow "employee" Of the "insured" arising out of and in the course of the fellow "employee's" em- ployment or while performing duties re- lated to the conduct of your business. 6. Care, Custody Or Control "Property damage" to or "covered pollution cost or expense' involving properly owned or transported by the "insured" or in the 1. insured's" care, cus- tody or control. But this exclusion does not apply to liability assumed under a sidetrack agreement. 7. Handling Of Property "Bodily injury" or "property damage" re- sulting from the handling of property: a. Before it is moved from the place where it is accepted by the "insured" for movement into or onto the cov- ered "auto"; or b. After it is moved from the covered "auto" to the place where it is finally delivered by the "insured". 8. Movement Of Property By Mechanical Device "'Bodily injury" or "property damage" re- sulting from the movement of property by a mechanical device (other than a hand truck) unless the device is attached to the covered "auto". 9. Operations "Bodily Injury" or "property damage' arising out of the operation of: a. Any equipment listed in Paragraphs 6.b. and 6.c. of the definition of "mo- bile equipment"; or b. Maci-irnery or equipment that is on, attached to, or part of, a land vehicle That would qualify under the defini- tion of "mobile equipment" if it were not subject to a compulsory or finan- cial responsibility taw or other motor vehicle insurance law where it is li- censed or principally garaged. 10. Completed Operations "Bodily injury" or "property damage" arising out of your work after that work has been completed or abandoned. In this exclusion, your work means: a. Work or operations performed by you or on your behalf; and b. Materials, parts or equipment fur- nished in connection with such work or operations. CA 00 01 03 06 ©ISO Properties, Inc., 2005 Page 4 of 13 Your work includes warranties or repre- sentations made at any time with respect to the fitness, quality, durability or per- formance of any of the items included in Paragraphs a. or b. above. Your work will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract has been completed. (2) When all of the work to be done at the site has been completed if your contract calls for work at more than one site. (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or sub- contractor working on the same pro- ject. Work that may need service, main- tenance, correction, repair or replacement, but which is otherwise complete, will be treated as complet- ed. 11. Pollution "Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollu- tants": a. That are, or that are contained in any property that is: (1) Being transported or towed by, handled, or handled for move- ment into, onto or from, the cov- ered "auto"; (2) Otherwise in the course of transit by or on behalf of the "insured"; or (3) Being stored, disposed of, treat ed or processed in or upon the covered "auto"; b. Before the "pollutants" or any prop- erty in which the "pollutants" are contained are moved from the place where they are accepted by the "in- sured" for movement into or onto the covered "auto"; or Paragraph a. above does not apply to fuels, lubricants, fluids, exhaust gas- es or other similar "pollutants" that are needed for or result from the normal electrical, hydraulic or me- chanical functioning of the covered "auto" or its parts, if: (1) The "pollutants" escape, seep, migrate, or are discharged, dis- persed or released directly From an "auto" part designed by its manufacturer to hold, store, re- ceive or dispose of such "pollu- tants"; and (2) The "bodily injury", "property damage" or "covered pollution cost or expense" does not arise out of the operation of any equipment listed in Paragraphs 6.b. and 6.c. of the definition of "mobile equipment". Paragraphs b, and c. above of this exclu- sion do not apply to "accidents" that occur away from premises owned by or rented to an "insured" with respect to "pollutants" not in or upon a covered "auto" if: (1) The "pollutants" or any property in which the "pollutants" are contained are upset, overturned or damaged as a result of the maintenance or use of a covered "auto"; and (2) The discharge, dispersal, seep- age, migration, release or escape of the "pollutants" is caused di- rectly by such upset, overturn or damage. 12. War "Bodily injury" or "property damage" arising directly or indirectly out of: a. War, including undeclared or civil war; b. Warlike action by a military force, including action in hindering or de- fending against an actual or expect- ed attack, by any government, sovereign or other authority using military personnel or other agents; or C. After the "pollutants" or any prop- c. Insurrection, rebellion, revolution, erty in which the "pollutants" are usurped power, or action taken by contained are moved from the cov- governmental authority in hindering ered "auto" to the place where they or defending against any of these. are finally delivered, disposed of or abandoned by the "insured". CA 00 01 03 06 bISO Properties, Inc., 2005 Page 5 of 13 2. Towing. 13. Racing We will pay up to the limit shown in the Covered "autos" while used in any pro_ demoli- Declarations for towing and labor costs fessional or organized racing or stunting activity, or while incurred each time a covered "auto" of tion contest or practicing for such contest or activity, the private passenger type is disabled. be at This insurance also does not apply while However, the labor must performed the place of disablement. that covered "auto" is being prepared for such a contest or activity. 3. Glass Breakage - Hitting a Bird or Ani - mal - Falling Objects or Missiles. C. Limit Of Insurance covered If you carry Comprehensive Coverage for Regardless of the number of "insureds", claims the damaged covered "auto", we will "autos", premiums paid, in the "accident', pay for the following under Comprehen- made or vehicles involved for the total of all sive Coverage: g the most we will pay damages and "covered pollution cost or ex- a. Glass breakage; pease" combined, resulting from any one b. "Loss" caused by hitting a bird or "accident" is the Limit of Insurance for Liabil- animal; and _ _ ity Coverage shown in the Declarations. "Loss" caused by falling objects or All "bodily "property damage" and c. missiles. "covered pollution cost or expense" resulting to have the option of having _ from continuous or repeated exposure the same conditions will be con- However, you glass breakage caused by a covered substantially sidered as resulting from one "accident", "auto's" collision or overturn considered duplicate a "loss" under Collision Coverage. No one will be entitled to receive payments for the same elements of "loss" 4. Coverage Extensions under this Coverage Form and any Medical a. Transporation Expenses Payments Coverage Endorsement, Uninsured We will pay up to $20 per day to a Motorists Coverage Endorsement or Underin- maximum of $600 for temporary sured Motorists Coverage Endorsement at- transportation expense incurred by tached to this Coverage Part. you because of the total theft of a SECTION III - PHYSICAL DAMAGE COVERAGE covered "auto" of the private pas- senger type. We will pay only for A. Coverage those covered "autos" for which you 1. We will pay for "loss" to a covered carry either Comprehensive or Speci- "auto" or its equipment under: fied Causes of Loss Coverage. We a. Comprehensive Coverage. From any will pay for temporary transportation incurred during the period cause except: expenses beginning 48 hours after the theft (1) The covered "auto's" collision and ending, regardless of the poli - with another object; or cy's expiration, when the covered (2) The covered "auto's' overturn. "auto" is returned to use or we pay for its "loss". b. Specified Causes of Loss Coverage. b. Loss Of Use Expenses Caused by: For Hired Auto Physical Damage, we (1) Fire, lightning or explosion; will pay expenses for which an "in - (2) Theft; sured" becomes legally responsible (3) Windstorm, hail or earthquake; to pay for loss of use of a vehicle rented or hired without a driver, un - (4) Flood; der a written rental contract or (5) Mischief or vandalism; or agreement. We will pay for loss of (6) The sinlnng, burning, collision or use expenses if caused by: only if the derailment of any conveyance "auto". 1 Other than collision () Declarations indicate that Com - transporting the covered c. Collision Coverage. Caused by: for any covered "auto"; (1) The covered "auto's" collision with another object; or (2) The covered "auto's" overturn. bISO Properties, Inc., 2005 Page 6 of 13 CA 00 01 03 06 (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Cov- erage is provided for any cov- ered "auto; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $20 per day, to a maximum of $600. B. Exclusions 1. We will not pay for "loss" caused by or resulting from any of the following. Such "loss" is excluded regardless of any oth- er cause or event that contributes con- currently or in any sequence to the "loss". a. Nuclear Hazard. (1) The explosion of any weapon employing atomic fission or fu- sion; or (2) Nuclear reaction or radiation, or radioactive contamination, how- ever caused. b. War or Military Action. (1) War, including undeclared or civ- il war; (2) Warlike action by a military force, including action in hinder- ing or defending against an ac- tual or expected attack, by any government, sovereign or other authority using military person- nel or other agents; or (3) Insurrection, rebellion, revolu- tion, usurped power or action taken by governmental authority in hindering or defending against any of these. 2. We will not pay for "loss" to any cov- ered "auto" while used in any profes- sional or organized racing or demolition contest or stunting activity, or while practicing for such contest or activity. We will also not pay for "loss" to any cov- ered "auto" while that covered "auto" is being prepared for such a contest or ac- tivity. 3. We will not pay for "loss" caused by or resulting from any of the following un- less caused by other "loss" that is cov- ered by this insurance: a. Wear and tear, freezing, mechanical or electrical break- down. b. Blowouts, punctures or other road damage to tires. 4. We will not pay for "loss" to any of the following: a. Tapes, records, discs or other similar audio, visual or data electronic de- vices designed for use with audio, visual or data electronic equipment. b. Any device designed or used to de- tect speed measuring equipment such as radar or laser detectors and any jamming apparatus intended to elude or disrupt speed measurement equipment. c. Any electronic equipment, without regard Co whether this equipment is permanently installed, that receives or transmits audio. visual or data signals and that is not designed sole- ly for the reproduction of sound. d. Any accessories used with the elec- tronic equipment described in Paragraph c. above. Exclusions 4.c. and 4.d. do not apply to: a. Equipment designed solely for the reproduction of sound and accesso- ries used with such equipment, pro- vided such equipment is permanently installed in the covered "auto" at the time of the "loss" or such equipment is removable from a housing unit which is permanently installed in the covered "auto" at the time of the "loss", and such equip- ment is designed to be solely op- erated by use of the power from the "auto's" electrical system, in or upon the covered "auto"; or b. Any other electronic equipment that is: (1) Necessary for the normal opera- tion of the covered "auto" or the monitoring of the covered "auto's" operating system; or CA 00 01 03 06 ©ISO Properties, Inc., 2005 Page 7 of 13 (2) An integral part of the same unit a. Pay its chosen appraiser; and housing any sound reproducing b. Bear the other expenses of the ap- equipment described in a. above praisal and umpire equally. and permanently installed in the If we submit to an appraisal, we will still opening of the dash or console retain our right to deny the claim. of the covered "auto" normally used by the manufacturer for in- 2. Duties In The Event Of Accident, Claim, stallation of a radio. Suit Or Loss 5. We will not pay for "loss" to a covered We have no duty to provide coverage "auto" due to "diminution in value". under this policy unless there has been full compliance with the following duties: C. Limit Of Insurance a. In the event of "accident", claim, „ 1. The most we will pay for loss in any "suit" or "loss", you must give us or one "accident" is the lesser of: our authorized representative prompt a. The actual cash value of the damag- notice of the "accident" or "loss". ed or stolen property as of the time Include: of the "loss";or (1) How, when and where the "ac - b. The cost of repairing or replacing the cident" or "loss" occurred; damaged or stolen property with oth- (2) The "insured's" name and ad- er property of like kind and quality. dress; and a 2. An adjustment for depreciation and phys- (3) To the extent possible, the ical condition will be made in names and addresses of any in - determining actual cash value in the jured persons and witnesses. event of a total "loss". b. Additionally, you and any other in - 3. If a repair or replacement results in bet- volved "insured" must: ter than like kind or quality, we will not 1 Assume no obligation, make no ( ) pay for the amount of the betterment. payment or incur no expense D. Deductible without our consent, except at For each covered "auto", our obligation to the "insured's" own cost. pay for, repair, return or replace damaged or (2) Immediately send us copies of stolen property will be reduced by the ap- any request, demand, order, no- plicable deductible shown in the Declara- tice, summons or legal paper re - tions. Any Comprehensive Coverage ceived concerning the claim or deductible shown in the Declarations does "suit". not apply to "loss" caused by fire or light- (3) Cooperate with us in the inves- ning. tigation or settlement of the SECTION IV - BUSINESS AUTO CONDITIONS claim or defense against the The following conditions apply in addition to the "suit". Common Policy Conditions: (4) Authorize us to obtain medical A. Loss Conditions records or other pertinent infor- 1. Appraisal For Physical Damage Loss mation. If you and we disagree on the amount of (5) Submit to examination, at our expense, by physicians of our "loss", either may demand an appraisal choice, as often as we reason - of the "loss". In this event, each party ably require. will select a competent appraiser. The two appraisers will select a competent c. If there is "loss" to a covered "auto" and impartial umpire. The appraisers will or its equipment you must also do state separately the actual cash value the following: and amount of "loss". If they fail to (1) Promptly notify the police if the agree, they will submit their differences covered "auto" or any of its to the umpire. A decision agreed to by equipment is stolen. any two will be binding. Each party will: CA 00 01 03 06 OISO Properties, Inc., 2005 Page 8 of 13 (2) Take all reasonable steps to pro- tect the covered "auto" from fur- ther damage. Also keep a record of your expenses for consider- ation in the settlement of the claim. (3) permit us to inspect the covered ,.auto" and records proving the "loss" before its repair or dis- position. (4) Agree to examinations under oath at our request and give us a signed statement of your an- swers. 3. Legal Action Against Us No one may bring a legal action against us under this Coverage Form until: a. There has been full compliance with all the terms of this Coverage Form; and b. Under Liability Coverage, we agree in writing that the "insured" has an obligation to pay or until the amount of that obligation has finally been determined by judgment after trial. No one has the right under this poli- cy to bring us into an action to deter- mine the "insured's" liat,ility. 4. Loss Payment - Physical Damage Coverages At our option we may: a. Pay for, repair or replace damaged or stolen property; If any b. Return the stolen property, at our ex- pense. We will pay for any damage that results to the "auto" from the theft; or from another, those rights are c. Take all or any part of the damaged or stolen property at an agreed or appraised value. after If we pay for the "loss", our payment will include the applicable sales tax for the damaged or stolen property. 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Cov- erage Form has rights to recover dam- ages from another, those rights are transferred to us. That person or organi- zation must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. B. General Conditions 1. Bankruptcy Bankruptcy or insolvency of the "in- sured" or the "insured's" estate will not relieve us of any obligations under this Coverage Form. 2. Concealment,- Misrepresentation Or Fraud This Coverage Form is void in any case of fraud by you at any time as it relates to this Coverage Form. It is also void if you or any other "insured", at any time, intentionally conceal or misrepresent a material fact concerning: a. This Coverage Form; b. The covered "auto'; c. Your interest in the covered "auto"; or d. A claim under this Coverage Form. 3. Liberalization If we revise this Coverage Form to pro- vide more coverage without additional premium charge, your policy will auto- matically provide the additional coverage as of the day the revision is effective in your state. 4. No Benefit To Bailee - Physical Damage Coverages We will not recognize any assignment or grant any coverage for the benefit of any person or organization holding, storing or transporting property for a fee regard- less of any other provision of this Cov- erage Form. CA 00 01 03 06 eISO Properties, Inc., 2005 Page 9 of 13 CA 00 01 03 06 QISO Properties, Inc., 2005 Page 10 of 13 b. If this policy is issued for more than 5. Other Insurance one year, the premium for this Cov- a. For any covered "auto" you own, erage Form will be computed annu- this Coverage Form provides primary ally based on our rates or premiums insurance. For any covered "auto" in effect at the beginning of each you don't own, the insurance pro- year of the policy. vided by this Coverage Form is ex- cess over any other collectible 7. Policy Period, Coverage Territory insurance. However, while a covered Under this Coverage Form, we cover "ac- "auto" which is a "trailer" is con- cidents" and "losses" occurring: nected to another vehicle, the Liabil- a. During the policy period shown in ity Coverage this Coverage Form the Declarations; and provides for the "trailer" is: (1) Excess while it is connected to a b. Within the coverage territory. motor vehicle you do not own. The coverage territory is: (2) Primary while it is connected to a. The United States of America; a covered "auto" you own. b. The territories and possessions of momom y b. For Hired Auto Physical Damage the United States of America; Coverage, any covered "auto" you e. Puerto Rico; lease, hire, rent or borrow is deemed d. Canada; and to be a covered "auto" you own. However, any "auto" that is leased, e. Anywhere in the world if: hired, rented or borrowed with a (1) A covered "auto" of the private driver is not a covered "auto". passenger type is leased, hired, c. Regardless of the provisions of Para- rented or borrowed without a graph a. above, this Coverage Form's driver for a period of 30 days or Liability Coverage is primary for any less; and liability assumed under an "insured (2) The "insured's" responsibility to contract". pay damages is determined in a d. When this Coverage Form and any "suit" on the merits, in the Unit- other Coverage Form or policy cov- ed States of America, the ter- ers on the same basis, either excess ritories and possessions of the or primary, we will pay only our United States of America, Puerto share. Our share is the proportion Rico, or Canada or in a settle- that the Limit of Insurance of our ment we agree to. Coverage Form bears to the total of We also cover "loss" to, or "accidents" the limits of all the Coverage Forms involving, a covered "auto" while being and policies covering on the same transported between any of these places. basis. 8. Two Or More Coverage Forms Or Poli- 6. Premium Audit cies Issued By Us a. The estimated premium for this Cov- If this Coverage Form and any other Cov- erage Form is based on the expo- erage Form or policy issued to you by us sures you told us you would have or any company affiliated with us apply when this policy began. We will to the same "accident", the aggregate compute the final premium due maximum Limit of Insurance under all when we determine your actual ex- the Coverage Forms or policies shall not posures. The estimated total prem exceed the highest applicable Limit of um will be credited against the iinai Insurance under any one Coverage Form ❑rE,mium due and the first Named or policy. This condition does not apply Insured will be billed for the balance, to any Coverage Form or policy issued if any. If the estimated total premium by us or an affiliated company specifi- exceeds the final premium due, the Cally to apply as excess insurance over first Named Insured will get a re- this Coverage Form. fund. CA 00 01 03 06 QISO Properties, Inc., 2005 Page 10 of 13 SECTION V - DEFINITIONS A. B. Q "Accident" includes continuous or repeated exposure to the same conditions resulting in "bodily injury" or "property damage". "Auto" means; 1. A land motor vehicle, "trailer" or semi- trailer designed for travel on public roads; or 2. Any other land vehicle that is subject to a compulsory or financial responsbility law or other motor vehicle insurance law where it is licensed or principally ga- raged. However, "auto" does not include "mobile equipment". "Bodily injury" means bodily injury, sickness or disease sustained by a person including death resulting from any of these. "Covered pollution cost or expense" means any cost or expense arising out of: 1. Any request, demand, order or statutory or regulatory requirement that any "in- sured" or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or 2. Any claim or "suit" by or on behalf of a governmental authority for damages be- cause of testing for, monitoring, cleaning up, removing, containing, treating, detox- ifying or neutralizing, or in any way re- sponding to or assessing the effects of "pollutants". "Covered pollution cost or expense" does not include any cost or expense arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or es- cape of "pollutants": a. That are, or that are contained in any property that is: (1) Being transported or towed by, handled, or handled for move- ment into, onto or from the cov- ered "auto"; (2) Otherwise in the course of transit by or on behalf of the "insured"; (3) Being stored, disposed of, treat- ed or processed in or upon the covered "auto"; or b. Before the "pollutants" or any prop- erty in which the "pollutants" are contained are moved from the place where they are accepted by the "in- sured" for movement into or onto the covered "auto"; or c. After the "pollutants" or any prop- erty in which the "pollutants" are contained are moved from the cov- ered "auto" to the place where they are finally delivered. disposed of or abandoned by the "insured." Paragraph a. above does not apply to fuels, lubricants, fluids, exhaust gas- es or other similar "pollutants" that are needed for or result from the normal electrical, hydraulic or me- chanical functioning of the covered "auto" or its parts, if: (1) The "pollutants" escape, seep, migrate. or are discharged, dis- persed or released directly from an "auto" part designed by its manufacturer to hold, store, re- ceive or dispose of such "pollu- tants"; and (2) The "bodily injury," "property damage" or "covered pollution cost or expense" does not arise out of the operation of any equipment listed in Paragraphs 6.b. or 6.c. of the definition of "mobile equipment." Paragraphs b. and c. above do not apply to "accidents" that occur away from premises owned by or rented to an "insured" with respect to "Pol- lutants" not in or upon a covered "auto" if: (1) The "pollutants" or any property in which the "pollutants" are contained are upset, overturned or damaged as a result of the maintenance or use of a covered "auto"; and (2) The discharge, dispersal, seep- age, migration, release or escape of the "pollutants is caused di- rectly by such upset, overturn or damage. CA 00 01 03 06 DISO Properties, Inc., 2005 Page 11 of 13 E. "Diminution in value" means the actual or perceived loss in market value or resale val- ue which results from a direct and accidental "loss". F. "Employee" includes a "leased worker". "Employee" does not include a "temporary worker". G. "Insured" means any person or organization qualifying as an insured in the Who is An insured provision of the applicable coverage. Except w[th respect to the Limit of Insurance, the coverage afforded applies separately to each insured who is seeking coverage or against whom a claim or "suit" is brought. H. "Insured contract" means: 1. A lease of premises; 2. A sidetrack agreement; 3. Any easement or license agreement, ex- cept in connection with construction or demolition operations on or within 50 feet of a railroad; 4. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; S. That part of any other contract or agree- ment pertaining to your business (includ- ing an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another to pay for "bodily injury" or "property damage" to a third person or organization. Tort liabil- ity means a liability that would be im- posed by law in the absence of any contract or agreement. 6. That part of any contract or agreement entered into, as part of your business, pertaining to the rental of lease, by you or any of your "employees", of any "auto." However, such contract or agree- ment shall not be considered an "insured contract" to the extent that it obligates you or any of your "employees" to pay for "property damage" to any "auto" re- nted or leased by you or any of your "employees". An "insured contract" does not include that part of any contract or agreement: a. That indemnifies a railroad for "bod- ily injury" or "property damage" arising out of construction or demoli- tion operations, within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road beds, tunnel, underpass or crossing; or b. That pertains to the loan, lease or rental of an "auto" to you or any of your "employees", if the "auto" is loaned, leased or rented with a driv- er; or c. That holds a person or organization engaged in the business of transport- ing property by "auto" for hire harm- less for your use of a covered "auto" over a route or territory that person or organization is authorized to serve by public authority. "Leased worker" means a person leased to you by a labor leasing firm under an agree- ment between you and the labor leasing firm, to perform duties related to the conduct of your business. "Leased worker" does not in- clude a "temporary worker". J. "Loss" means direct and accidental loss or damage. K. "Mobile equipment„ means any of the fol- lowing types of land vehicles, including any attached machinery or equipment 1. Bulldozers, farm machinery, forklifts and other vehicles designed for use princi- pally off public roads; 2. Vehicles maintained for use solely on or next to premises you own or rent; 3. Vehicles that travel on crawler treads; 4. Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted: a. Power cranes, shovels, loaders, dig- gers or drills; or b. Road construction or resurfacing equipment such as graders, scrapers or rollers. CA 00 01 03 06 ©ISO Properties, Inc., 2005 Page 12 of 13 5. Vehicles not described in Paragraphs 1., L. "Pollutants" means any solid, liquid, gaseous 2., 3., or 4. above that are not self -pro- or thermal irritant or contaminant, including pelled and are maintained primarily to smoke, vapor, soot, fumes, acids, alkalis, provide mobility to permanently attached chemicals and waste. Waste includes materi- equipment of the following types: als to be recycled, reconditioned or re- claimed. a. Air compressors, pumps and gener- welding, M. Property damage" means damage to or loss ators, including spraying, building cleaning, geophysical explo- of use of tangible property. ration, lighting and well servicing N. °Suit" means a civil proceeding in which: equipment; or 1. Damages because of "bodily injury" or b. Cherry pickers and similar devices "property damage"; or used to raise or lower workers. 2. A "covered pollution cost or expense", 6. Vehicles not described in Paragraphs 1•, to which this insurance applies, are alleged. 2., 3. or 4. above maintained primarily for purposes other than the transporta- "Suit" includes: tion of persons or cargo. However. self- a, An arbitration proceeding in which propelled vehicles with the following such damages or "covered pollution types of permanently attached equipment costs or expenses" are claimed and are not "mobile equirarnent' but will be to which the "insured" must submit considered "autos": or does submit with our consent; or a. Equipment designed primarily for: b. Any other alternative dispute resolu- (1) Snow removal; tion proceeding in which such dam - ages or "covered pollution costs or (2) Road maintenance, but not con- expenses" are claimed and to which struction or resurfacing; or the insured submits with our con - (3) Street cleaning; sent. b. Cherry pickers and similar devices U "Temporary worker" means a person who is mounted on automobile or truck furnished to you to substitute for a perma- chassis and used to raise or lower nent "employee" on leave or to meet sea - workers; and sonal or short-term workload conditions. c. Air compressors, pumps and P "Trailer" includes semitrailer. goner€tors. including spraying. weld- ing, building cleaning, geophysical exploration, lighting or well servicing equipment. However, "mobile equipment" does not in- clude land vehicles that are subject to a com- pulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. Land vehicles subject to a compulsory or financial respon- sibility law or other motor vehicle insurance law are considered "autos". CA 00 01 03 06 ©ISO Properties, Inc., 2005 Page 13 of 13 COMMERCIAL GENERAL LIABILITY CG 88 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT NON -OWNED AIRCRAFT NON -OWNED WATERCRAFT PROPERTY DAMAGE LIABILITY -ELEVATORS EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) MEDICAL PAYMENTS EXTENSION EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT PRIMARY AND NON-CONTRIBUTORY- ADDITIONAL INSURED EXTENSION ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT LIBERALIZATION CLAUSE BODILY INJURY REDEFINED EXTENDED PROPERTY DAMAGE WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission PAGE 2 2 2 2 3 3 3 5 6 6 7 7 7 7 7 8 8 Page 1 of 8 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON -OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United Mates of America or Canada, designating Fier or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply #o the loss covered under this provision. B. NON -OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY - ELEVATORS 1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Llabil- ity, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV - Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the follow- ing: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 Of 8 b. The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III - Limits Of Insurance. 2. Paragraph 6. under Section III - Limits Of Insurance is replaced by the following: 6. 5ublect to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will oay under Coverage A for damages because of "property damage" to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion. smoke or leakage from automatic protection sys- tems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract for a lease of premises. Howe, lv,�r. that portion of the contract for a lease of premises that indemnifies any person or organiz:a'..:,r, for damage by fire, iightming, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I - Coverage C - Medical Payments, Subparagraph (b) of Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B 1. Under Supplementary Payments - Coverages A and B, Paragraph i.b. is replaced by the following: b. Up to $3.000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the Insured at our request to assist us in the investigation or defense of the claire or "suit", including actual loss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 1. Paragraph 2. under Section II - Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whale or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "per- senal and advertising iniury" is committed, subsequent to the signing of such written contract or written agreement; or © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8 b. Premises or facilities rented by you or used by you; or c. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and ad- vertising injury" arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar en -.trances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar expo- sures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a conte act or agreement, the insur- ance afforded to such additional insured will not be broader than that which you are required by the contract ur ayreement to provide for such additional insured. N With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That parlion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement With you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV - Commercial General Liability Condi- tions. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 8 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "properly damage" occurs. c. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render. any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or fai!inri to pr(.-�pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occur- rence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. d. "Bodily injury" or "property damage" occurring after: (1) All work, including materials. parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization oilier than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations ,)y a separate ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS endorsement is- sued by us and made apart of this policy. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If cover-tge provided to the addir oral insured is required by a contract or agreement, the most we will pay on be'lialf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declaratio ns. H_ PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amend- ed as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in awritten contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insureds policy for damages we cover. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 8 b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the addi- tional insured is designated as a Named insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: N An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; g b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured. N 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III - Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED -INCIDENTAL MEDICAL ERRORS/ MALPRACTICE WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section II - Who Is An Insured is replaced with the following: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your part�iers or members (if you are a partnership or joint venture), to your rnrambers (.if you are a limited liability company), to a co-"emptoyee" while in the course of his or her enloloy- ment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or "volunteer worker" as a consequence of Paragraph (1) (a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1) (a) or (b) above; or (d) Arising out of his or her providing or failing ;o provide professional health care services. However, if you are not in the business of providing professional health care services or providing profes- sional health care personnel to others.. or if coverage for providing professional health care ser- vices is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) dues not apply. Paragraphs (a) and (b) above do not apply to "bodily injury" or "personal and adve_!-tising injury" caused by an "employee" wlio is acting in a supervisory capacity for you. Supervisory e p. c y as used herein means the "employee's" job responsibilities assigned by you, includes the d, r' -- sr rvision of other "employ- ees" of yours. However, none of these "ernpiayees" are insureds for "t,.),,,l v ,jury" or "personal and © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8 advertising injury" arising out of their willful conduct, which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxica- tion by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3. of Section II - Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority nierest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: is afforded only until the expiration of the policy period in a. Coverage under this provision which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV - Commercial General Liability Conditions, the following is added to Condition 6. Repre- sentations: Your failure to disclose all hazards or prior 'occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided , such failure to disclose all hazards or prior 'occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under Section IV - Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an 'occurrence", offense, clairn or "suit' by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II - Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V - Definitions, Definition 3. is replaced by the following: 3. 'Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sick- ness or disease. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 7 of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV - Commercial General Liability Conditions, the following is added to Condition 8. Trans- fer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agree- ment. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8 COMMERCIAL GENERAL LIABILITY CG 88 70 12 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONSTRUCTION PROJECT(S) - GENERAL AGGREGATE LIMIT (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by 'occurrences" under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section I - Coverage C Medical Payments, which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations . 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard", and for medical expenses under Cov- erage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by 'occurrences" under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section I - Coverage C Medical Payments, which cannot be attrib- uted only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply. CG 88 70 12 08 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 1 of 1 C: 1N .I O K Seth Smith Project Manager/ Superintendent Pacific Sitework PO Box 1163 Clinton, WA 98236 425 270 8497 PacificSitework@gmail.com Dear John Cole, John Cole Capital Engineer, EIT, MSCE City of Federal Way 33325 8th Ave S Federal Way, WA 98003 253 835 2718 (0) 253 293 9785 (C) John.Cole@cityoffederalway.com Federal Way- Annual Pipe Rehabilitation Phase 3 10% Performance/Payment Retainge 8/12/2020 Pacific Sitework elects that the City may retain 101/'o of the contract amount in lieu of a performance and payment bond pursuant to RCW 39.08.010 as the contract amount is less then $150,000.00 Sincerely, Seth Smith — Pacific SiteNvork - PERFORMANCE AND PAYMENT BOND ANNUAL PIPE REHABILITATION PHASE 3 (2020) The City of Federal Way ("City") has awarded to Assorted Endeavors LLC — DBA — Pacific Sitework ("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 One Hundered Twenty Thousand Four Hundred Eigh_t_y Six US Dollars (5120.486.00) Total Contract Amount, subject to the provisions herein. This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall: 1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in force and effect; and 2) Pay all persons in accordance with Chapters 39.08, 39.12, and 60.28 RCW including all workers, laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully executed, original power of attorney for the office executing on behalf of the surety. PRINCIPAL: SURETY: Principal Signature Date Surety Signature Date Printed Name Title Printed Name Title CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-27 PROJECT #288 CFW RFQ VERSION 2020 -MA Y BOND NO.: APPROVED AS TO FORM: CITY OF FEDERAL WAY LOCAL OFFICE/AGENT OF SURETY: Name Street Address City, State, Zip Telephone J. Ryan Call, City Attorney ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-28 PROJECT #288 CFW RFQ VERSION 2020 -MAY Seth Smith Project Manager/ Superintendent Pacific Sitework PO Box 1163 Clinton, WA 98236 425 270 8497 PacificSitework@gmail.com Dear John Cole, John Cole Capital Engineer, EIT, MSCE City of Federal Way 33325 8th Ave S Federal Way, WA 98003 253 835 2718 (0) 253 293 9785 (C) John.Cole@cityoffederalway.com Federal Way- Annual Pipe Rehabilitation Phase 3 10% Performance/Payment Retainge 8/12/2020 Pacific Sitework elects that the City may retain 10% of the contract amount in lieu of a performance and payment bond pursuant to RCW 39.08.010 as the contract amount is less then $150,000.00 Sincerely, Seth Smith — Pacific Sitework ���' CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title: Annual Pipe Rehabilitation Phase 3 2020 Contractor: Assorted Endeavors LLC -- DBA — Pacific Sitework 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 unless the Contractor elects that the City may retain 10% of the contract amount to lieu of a performance and payment bond pursuant to RCW 39.08.010. 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: If 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. 13 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. ;. rshait-- omit a "Retainage Bond" on City -provided form included in these Con ocu ents. .E _. Contractor Signature e CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-29 PROJECT #288 CFW RFQ VERSION 2020 -MAY RETAINAGE BOND TO CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Assorted Endeavors -- DBA -- Pacific Srtework. 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: one Hundred TwentyThousand ($ 120.486.00) 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, regulationsstandards 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 ROW 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 3n 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 $120.486.00; 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 ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-30 PROJECT #288 CFW RFQ VERSION 2020 -MAY 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 band, 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 liniited 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: CORPORATE SEAL: PRINCIPAL: By: Title: Address: SURETY: By: Attorney -in -Fact (Attach Power of Attorney) Title Address: CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) RFQ-31 PROJECT #288 CFW RFQ VERSION 2020 -MAY 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 ANNUAL PIPE REHABILITATION PHASE 3 RFQ-32 PROJECT #288 CFW RFQ VERSION 2020 -MAY INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective dates of the GSP and its source. For example: (March 8; 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (April 12, 2018 CFW GSP) (`*PR0JLt l --SPECIFIC SPECIAL PP,OVISION***) Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any WSDOT Standard Plans City of Federal Way Public Works Development Standards National Electric Code, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -1 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORD[ (March 13, 1995 WSDOT OSP) This Contract provides for the improvement of the Annual Pipe Rehabilitation Phase 3 (2020) Improvements and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities. both from the operational and safety standpoint. any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions. to the terms 'Department of Transportation", "Washington State Transportation Commission" "Commission" "Secretary of Transportation-' "Secretary" `headquarters", and "State Treasurer" shall be revised to read "Contracting Agency." CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -2 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 All references to the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location." All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract." Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -3 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 1-02 BID PROCEDURES AND C NDITIOIV� 1-02.1 Prequaiification 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 duced Plans (11" x 17") Contract Provisions Large Plans (e.g., 22" x 34") No. of Basis of Distribution Sets Furnished automatically upon award.. Furnished automatically upon award. Furnished only upon request. Additional Plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.4 Examination of Plans Specifications, and Site Work (June 27, 2011 APWA GSP) 1-02.4(1) General (August 15, 2016 APWA GSP, Option B) The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business three (3) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.40 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: CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -4 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 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 UBDEIDBElMIWBE commitment, if applicable; a State of Washington Bids ntr aliobe Registration Number; and a Business License Number, if applicable. 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 dder shall and additives, if nates and additivesasetg forth in the nPropo all Form unless l bid on all alternates otherwise specified. 1-02.6 Preparation of Pro osal (July 11, 2418 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last two paragraphs, and replace them with the following: If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work. The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). partnership name, and signed A bid by a partnership theshall be executed in artnersh p agreement shall be submitted with the Bid Form if any partner. A copy P 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. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH( E 3 SP -5 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.04B (Aprii 12, 2019 CFW GSP) Section 1-02.6 is supplemented with the following: The fifth and sixth paragraphs of Section 1-02.6 are deleted. Add the following new section: 1-02.61 Recycled Materials Pra osal (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. 1-D2.7 laid 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 pe, son authorizcd to submit thn hid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.13 Irre alar Pro orals (December 19, 2019 APWA GSP) Delete this section and replace it with the following: A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; contains any unauthorized additions, deletions, C. The completed Proposal form alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH( E 3 SP -6 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 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 bidders 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 Cood Faith Effort documentation, if applicable, as required in Section 1-02.6, or it the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bidder fails to submit a UDBE Bid item Breakdown form, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; I. The Bidder fails to submit UDBE Trucking Credit Forms, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; M. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; C. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02,14 Disqualification of Bidders fMay 17, 2018 APWA iGSP, OPTION 6) 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. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -7 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 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 Res ansibilit 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. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -8 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 • 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 bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause / Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . 7. Lawsuits A_ Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts 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 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -9 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 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 mandatary 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 btisinPss nays after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-03 AWARD AND EXEC I NTR T 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening 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 ark item and the bidder's unit or lump - )e minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, includin sales taxes where appliTable and such additives and/or alternates as selected by the CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -10 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 Contracting Aden will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid that proposed to use the qighestporcentage of rec with the Bid Proposal If those percentages are also exactly equal. then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactlygua! to the hlclhest 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 followin award The number of copies to be executed by the Contractor will be determined by the Contracting A ecf nc� 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: CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -11 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 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 gond; or be separate payment c� performanceIfor ebfuil ds. In the case of separate Contract amount. The bond(s) shall: payment and performance bonds, e 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 Washington the current publishedAuthorized the Insurance Off ceofistthe WtheInsurance g Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to Faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcoriti ectors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4 Be incurred the project under titles 50 of nd 82 RCW increases, and penalties and incu 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). 1-43.7 Judicial Review (November 30, 2098 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH 02 SP -12 PROJECT #288 CFW SPECIAL PROVISIONS VER 2020.048 I Q4 SCOPE OF THE WQRK 1-Q4.2 +Coordination of Contract Documents Plans S ecial Provisions, S ecifications and Addenda (April 12, 2019 CFW GSP) Revise the second paragraph to read: Any inconsistency in the p d over 2, 2 over 3, 3 over 4,esolved by and so forth):lowing this order of precedence (e.g., 1 presiding 1. Contract, 2. Change Orders, with those of a later date taking precedence of those of an earlier date, 3. Addenda, with those of a later date taking precedence of those of an earlier date, 4. Bid Proposal Form, 5. Special Provisions, 6. Contract Plans, 7. Amendments to the Standard Specifications, 8. Standard Specifications, 9. Contracting Agency's Standard Plans or Details (if any), and 10. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 Q5 CC)NTROL OF tfV 2 . (,April 2, 2018, WSDOT GSP, OPTION 4) Section 1-05.4 is supplemented with the following: Contractor Surveying - ADA Features ADA Feature Staking Requirements The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, and grades necessary for the construction of the ADAfeatures. Calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall build the ADA features within the specifications in the Standard Plans and contract documents. ADA Feature As -Built Measurements The Contractor shall be responsible for providing electronic As -Built records of all ADA feature improvements completed in the Contract. The survey work shall include but not be limited to completing the measurements, recording the required measurements and completing other data fill-ins found onthe ADA Engineer. TheADArement Forms, and transmitting the electronic Measurem Measurement Forms are found at the following Farms to the website location: http://www.wsdot.wa.gov/Design/ADAGuidance.htm ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY (20 20) SP -13 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 In the instance where an ADA Feature does not meet accessibility requirements, all work to replace non -conforming work and then to measure, record the as -built measurements, and transmit the electronic Forms to the Engineer shall be completed at no additional cost to the Contracting Agency, as ordered by the Engineer. Payment Payment will be made for the following bid item that is included in the Proposal: "ADA Features Surveying", lump sum. The unit Contract price per lump sum for "ADA Features Surveying" shall be full pay for all the Work as specified. 1-05.7 Removal of Defective ani 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 imay deem necessary. If the Contractor fails to comply with a written order to remedye the vethe in Engineer determines to be an emergency situation, the Engineer may have unauthoi ized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. 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 Ins ection (October 1, 2005 APWA GSP) Delete this section and replace it with the following: CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE H S 3 SP -14 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 1-x5.11 Final Inspections and Qperational Testin 1-05.11 1 Substantial Cam letion 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 plucess shall be repeated until the Fngineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completions 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. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 0) SP -15 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 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 'esting It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems, irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are Listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit Contract prices related to the system being tested, unless specifically set forth otherwise in the Proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final 8 tance (April 12, 2019 CFW GSP) Delete the third and fourth sentences in the first paragraph and replace it with the following: Final acceptance date of the work shall be the date the Federal Way City Council accepts the project as complete. Add the following new section. 1-05.12 1 One -Year Guarantee Period (March 8, 2073 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 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -16 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1-05.13 Superintendents, Labor and E ui ment of Contractor (August 14, 2013 APWA CSP) Delete the sixth and seventh paragraphs of this section. 1-05.15 Method of Serving notices (March 25, 2009 APWA CSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirerverits 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, uniess the Contract includes power and water as a pay item. 1-05.17 As -Built Survey and Record ®rawin s (December 2, 2019 CFW GSP) Section 1-45.17 is a new section:. As -Built Survey After construction has been completed the Contractor shall perform an as -built survey and provide the information (including point files) in AutoCAD 2019 or later version file to the Engineer. The applicable tolerance limits for the as -built survey include, but are not limited to the following: Vertical Horizontal As -built sanitary & storm invert and ± 0.01 foot ± 0.01 foot grate elevations As -built monumentation ± 0.001 foot ± 0.001 foot As -built waterlines, inverts, valves, ± 0.10 foot ± 0.10 foot hydrants CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -17 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 ± 0. 10 foot ± 0. 10 foot As -built ponds/swales/water features ± 0.01 foot ± 0.10 foot As -built buildings (fin. Floor elev.) ± 0.10 foot ± 0.10 foot As -built gas lines, power, N, Tel, Com N/A ± 0.10 foot As -built signs, signals, etc. This as -built survey shall consist of the following: Survey of rim elevation, sump elevations or left 'pnvert lace w'th 'thin he limits l storm ofthis drainage structures installed,e, size, lid type contract. Stam pipe . standard orr heavy duty) diameter and material', � and lid nage rshape;tn odel No. of CB (solid cover or gveyanCe water quality treatment inserts installed, flowline of ailpfaotcng d alin �� inch ding systems at 54 -foot max. intervals, and retaining cleanouts. y appurtenances within the limits of this contract, Finished grade shots on all utilitre hydrants, including, but not limited to vaults, Appurtenances hvwithlround covers should have junction boxes, signal poles, ane survey shot in the centdholes andof the abo�es orle valve have two shots on opposite the fire hydrant. Utility han corners of the cover. • Final curb elevations, with a minimum lockf8 curb,ots at integral eachcurb b randreturn. extrudAlso, ed curbfinal shots along all curb and gutter, installed it i this contract (at flnwline of the curbs). • Final elevations at the front and back of walk throughout the project limits. • Final wall elevations at the face and top of all walls installed in this contract. • Shots of all signs, trees, illumination and signal equipment installed as part of this contract. • Shots to delineate all channelization installed in this contract. Record Drawings Throughout construct tracking all relevant field changes to the approved the responsible struct on drawings. These f ochanges shall be clearly et of size s. These identified in red ink in a comprehensive ee rate from other Planssheets�land shPallnbe clearly Record Drawing shall be kept P marked as Record drawings. The Record Drawings shall be kept on site, and shall be at l available for review by the Contracting Agency meeting ew. times, The Contractor shall bring the Record Drawings to each progressg for e submit to set of Upon completion of construction, the Contractorformat thatshall are signedhand,certfiedclean by the marked -up drawings in electronic PDF e of the record drawings shall Contractor or their surveyor. The Certification on each built state that said drawings are an accurate depiction of built conditions. City acceptance of the Record Drawings is one of the requirements for achieving Physical Completion ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY (2020) PROJECT #288 SP -18 CFW SPECIAL PROVISIONS VER. 2020 04B The certified Record Drawings shall, at a minimum, consist of the following: • Existing or abandoned utilities that wre encountered construction drawings. during construction that approved were not shown on the Accurate locations of storm drainage (including invert elevations), sanitary sewer, appurtenances, structures, conduits, light water mains and other water standards, vaults, width of roadways, sidewalks, landscaping areas, ual channelization and pavement markings, arals tc. Record used when different thanl shown reRect n tthe dimensions, arrangement, and mate Plans. As -built survey information shall be used to confirm information shown on record drawings. • Changes made by Change Order or Field Directive • Changes made by the Contractor as approved by the Engineer. Pothole information gathered by the Contractor. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item(s) when included in the proposal: "As -Built Survey and Record Drawings", lump sum. e full Pay The lump sum contract priatefor l , andusuperrvvision utiland ized to perform the workrd Drawings " shall bspecifed for all labor, equipment, materials, including any surveying, checking, correction of errors, preparation of record drawings, and coordination efforts. 1-05.18 Contractor's ©ail Lha (April 92, 2098 CFW GSP) Section 1-05.18 is a new section: payment The Contractor and subcontractors.as to addlp000de to ts� QInoineroand he Engineer la contract work, hereby ogre and Daily Diary Record of this project ed superintendent- Entriery must ts mustptbe made maintained by the basis Contractor's designated p j and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: The day and date. ing changes throughout the day. • The weather conditions, includadequate A complete descriptioafwork nd Spedcationshsa thaed t the reader cahe day n easily and references to the Plans accurately identify said work on the Plans. entr,� for each a © occurrence of anyevery dnattureltwhatsoeverwhi h mightlaffecpt the or po incident , accident, or Contract, Owner, or any third party in any manner. Listing of any materials and ner of sstored torageroff-site by thand protecti n of he same for future installation, to include the man Listing of materials installed during each day. ANNUAL PIPE REHABILITATION PHASE � CITY OF FEDERAL WAY SP -19 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 • List of all subcontractors working on-site during each day. • Listing of the number of Contractor's employees working during each day by category of employment, Listing of Contractor's equipment working on the site during each day. Idle •equipment on the site shall be listed and designated as idle. • Notations to explain inspections, testing, stake -out, and all other services furnished to the Contractor by the Owner or other during each day. • Entries to verify the daily (including non -work days) inspection and maintenance he of traffic lll notices allowandcondition of y conditions tottraveled roadway surfaces. Contractorr shall hasha develop thatwou d behazardous to the public. ccurate and complete record of the • Any other information that serves to give an a nature, quantity, and quality of the Contractor's progress on each day. • Summary of total number of working days to date, and total number of delay days to date. The Contractor's designated project superintendent must fthe diary diary Ownerat eand the end of each working day. The Contractor must provide a copy rY Engineer each morning for the preceding workday. All copies must be legible. It is expressly agreed between the contractor and the owner that the daily diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. ThP daily diary maintained by the Contractor does not constitute the official record of the project. The official record of the project is prepared and maintained exclusively by the engineer. 1-05.19 Defects Arising in One Year and Remedies (February 15, 2019 CFW GSP) Section 1-05.19 is a new section: The Contractor shall, at its own sole cost and expense, be responsible for correcting all defects in workmanship and material discovered within one year after acceptance of this work by the City of Federal Way. When corrections of defects are made, the Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by the owner. Conducting of tests and inspections, review of specifications or plans, payment for es goods or services, or acceptance express or liedythe City warrranty or any right untitute waiver, der law. This warranty cation, or exclusion of any exp implied shall survive termination of this Contract. 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. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH 02 SP -20 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 The Contractor shall be liable for any costs, losses, expenses, or damages, including consequential damages suffered by the Owner resulting from defects in the Contractor's work including, but not limited to, cost of materials and labor extended by Owner in making emergency repairs and cost of engineering, inspection and supervision by the Owner or the Engineer. The Contractor shall hold the Owner harmless from any and all claims which may be made against the Owner as a result of any defective work, and the Contractor shall defend any such claims at his own expense. The Contractor agrees the above one-year limitation shall not exclude or diminish the Owner's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. This warranty may also extend l rd o n twarranties specified in the SpecaPisisCotacPlans, other parts of the Contact Documents,or incorporated by this reference. 1-06.7 Hazardous Chemicals (April 92, 2019 CFW GSP) Section 1-06.7 is a new section: In order to comply with WAC 296-62-054 Hazard Communication, the Contractor shall submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany ti le toxic product(s) to the specified delivery sites. Include the following in the MSDS: A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the MSDS. B. If SIBproduct e hazards and actually rcorresponding dilUted, the llution rate should pe personal protectioe so n. etc., also be listed. d in theM C. A statement as to the intended use of the product. •,� -■►. l 11 1-07.1 Laws to be Observed (October ?, 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 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHA0S2 SP -21 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 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). I he Contractor sl,dll prepare and implement a confiners space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 30 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. Section 1-07.1 is supplemented with the following: (April 6, 2020 WSDOT GSP, OPTION 4) In response to COVID-19, the Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP) in conformance with Section 1-07.4(2) as supplementedCHSP in these specifications, COVID-19 Health and Safety Plan (CHSP). A copy of the developed by the Contractor shall be submitted to the Engineer as a Type 2 Working Drawing. Section 1-07.1 is supplemented with the following: (April 92, 2099 CFW GSP) Confined Space Confined spaces are known to exist at the following locations: CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -22 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 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 5 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) ]-he Washington Stale Department of Revenue has issued sperial 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(l) 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 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -23 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 various unit Bid item prices, or other Contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax -- Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases;. the Contractor shall collect from the Contracting Agency, retail sales tax on the full Contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor skull 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 Cofillacting 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). Section 1-07.2(4) is a new section. 1-07.2(4) Tax Determination (April 92, 2019 CFW GSP) A tax ruling has been provided by the Department of Revenue for this project. The entire project is subject to Sales Tax under Rule 458-20-171. 1-07.4Sanitation Section 1-07.4(2) is supplemented with the following: 1-07.4(2) Health Hazards (April 7, 2020, WSDOT GSP, OPTION 2) COVID-19 Health & Safety Plan (CHSP) The Contractor shall prepare a project specific COVID-19 health and safety plan. (CHSP). The CHSP shall be prepared and submitted as a Type 2 working drawing prior to beginning physical Work. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -24 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 The Contractor shall update and resubmit the CHSP as the work progresses and new activities appear on the look ahead schedule required under Section 1-08.3(2)D. If the conditions change on the project, or a particular activity, the Contractor shall update and resubmit the CHSP. Work on any activity shall cease if conditions prevent full compliance with the CHSP. The CHSP shall address the health and safety of all people associated with the project including State workers in the field, Contractor personnel, consultants, project staff, subcontractors, suppliers and anyone on the project site, staging areas, or yards_ The plan shall contain the following minimum elements: 1. The CHSP shall identify all standards, guidance, publications, and sources on which it is based. Those standards may include references to OHSA, WISHA, and CDC publications that are current at the time the CHSP is prepared. 2. The CHSP shall identify a responsible individual from the Contractor who is responsible for implementation of the CHSP. The individual(s) contact information shall be listed in the CHSP. 3. The CHSP shall specifically identify the project for which it is applicable, and if applicable, shall address project work areas outside the project limits such as staging areas or yards. 4. fhe CHSP shall identify the PPE and administrative and engineered controls necessary to maintain a safe site. This includes but its not limited to: sanitation resources, screening stations, safety briefings, controlling access, and personal protective equipment (PPE) needed to protect workers from COVID-19. 5. The CHSP shall identify measures for screening and managing workers or visitors to areas identified in the CHSP. The plan shall include procedures should a person exhibit symptoms of COVID-19. 6. The CHSP shall identify how the plan will be updated as new work activities are added with each two week look -ahead schedule. The CHSP updates shall identify the number of workers, crews, work tasks, and the degree of congestion or confinement workers will experience for the work activities in the two week look - ahead schedule. 7. The CHSP shall include how the Contractor will ensure everyone on the site has been trained on the CHSP requirements. This includes subcontractors, suppliers, and anyone on the project site. COVID-19 Health and Safety Plan (CHSP) Inspection The Contractor shall grant full and unrestricted access to the Engineer for CHSP Inspections. The Engineer (or designee) will conduct periodic compliance inspections on the project site, staging areas, or yards to verify that any ongoing work activity is following the CHSP plan. If the Engineer becomes aware of a noncompliance incident either through a site inspection or other means, the Contractor will be notified immediately (within 1 hour). The contractor shall immediately remedy the CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -25 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 suspend all or part of the associated work noncompliance incident or Enineerr that the non ompliance incident has been) Contractor shall satisfy the gineer c orThe before the suspension will end. 1-07.6 Permits and Licenses (April 12, 2018 CFW GSP) Section 1-07.5 is supplemented with the following: Survey Monuments In accordance with RCW58.Z4.040(8}, no cadastral or geodetic survey monument may by be disturbed without a valid permit tofremove Natu Natural Resources. es. y a survey Permit mapplications scatl be the Washington State Departmentapplication must be obtained on the DNR Public Land Survey Office website. The permit app stamped by a registered Washington uey od s e Contractor shall obtain the permit to Remove or Destroy Surveyor. 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. 1-07.7Load Limits (March 13, 1995 �uSPplemented DOT GSP, OPTION 6) Sction 1-07.7 is with the following: If the sources of materials provided a � �h shall tract tneeCantractar'ssitate ulexpenseromakethall than State Highways, the arrangements for the use of the haul routes. 1 07.3{51 Reguired pocumcnts (January 3, 2020 APWA GSP) Delete this section and replace it with the following: General All "Statements of Intent to Pay Prevailing Wages' Certified Payrolls, including a signed Statement projects, shall be submitted to the Engineer usinc Wage Intent & Affidavit (PW IA) system. "Affidavits of Wages Paid" and of Compliance for Federal -aid the State L&I online Prevailing Intents and Affidavits on forms provided by the following ialfuStatisticianselves and for ealch firm covered runder submit to the Engineer the 9 RCW 30.12 that will or has provided Work and materials for the Contract: 1. The approved "Statement of Intent to Pay PrevailingWag ke not payment e LW S form number F700-029-000. The Contracting Agency N1ll under this Contract until this statement has been approved by State L&I and reviewed by the Engineer. 2. The approved "Affidavit of Prevailing Wages Paid". State L&I's form 0- 007-000. The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for the Contractor and all Subcontractors have been received by the Engineer. The Contracting Agency will not release to the Contractor any funds retained under RCW 60.28.011 until "Affidavit of Prevailing Wages Paid" forms have been approved by State L&l and all of the ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY 020) SP -26 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 approved forms have been submitted to the Engineer for every firm that worked on the Contract. The Contractor is responsible for requesting these forms from State L&I and for paying any fees required by State L&I. Certified Payrolls quired to be Certified payrolls are resubmitted by the Contractor for themselves, all Subcontractors and all laver tier subcontractors. The payrolls shall be submitted weekly on all Federal -aid projects and no less than monthly on State funded projects. Penalties for Noncompliance The Contractor is advised, if these payrolls are not supplied within the prescribed deadlines, any or all payments may be withheld until compliance is achieved. In addition, failure to provide Q50) � �IoroFedeaal regulltttons (29 CFRin other `ons 5.12). s provided by State laws (RC 1-07.17 Utilities and Similar' Facilities (April 2, 2007 WSDOT GSP, OPTION T) Section 1-07.17 is supplemented with the fallowing: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. -1 he 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 Attn: Jason Airey 3130 S 38th St Tacoma, WA 98409 Telephone: (206) 348-9637 Century Link Attn: Tanaiya Anderson 23315 66th Ave S Kent, WA 98032 Telephone: (253) 313-8961 Lakehaven Water & Sewer District ComcastAttn:Aaron Cantrell Attn: Wes Hill 4020 Auburn Way North 31627 1StAvenue S Federal Way, WA 98003 auburn, WA 98002 Telephone: (253)946-5440 Telephone: (253) 864-4281 King County Traffic Operations Attn: Mark Parrett 155 Monroe Ave NE Renton, WA 98056 Telephone: (206) 296-8153 Zayo Attn Jason Tesdal CITY OF FEDERAL WAY SP -27 AT&T Attn: Daniel McGeough 11241 Willows Rd NE, #130 Redmond, WA 98052 Telephone: (425) 896-9830 City of FW IT Dept (City Fiber) Attn: Thomas Fichtner ANNUAL PIPE REHABILITATION PHASE 0) PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 4905 Pacific Hwy E, Suite 4 Fife, WA 98424 Telephone: (253) 221-7585 ADDITIONAL CONTACTS King County METRO Transit 81270 6th Ave S, Bidg 2 Seattle, WA 98134 Telephone: (206) 684-2785 City of Federal Way Police 33325 8th Ave S Federal Way, WA 98003 Telephone: (253) 835-6701 (for officer traffic control scheduling) Telephone: (253) 835-6767 (for traffic / road closure issues) 33325 8th Ave S Federal Way, WA 98003 Telephone: (253) 835-2547 South King Fire & Rescue 31617 1 st Ave S Federal Way, WA 98003 Telephone: (253) 946-7253 Federal Way School District Attn: Transportation Department 1211 S. 332nd St Federal Way, WA 98003 Telephone: (253) 945-5960 1-07.18 public Liabilit and Pro ert Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016 APWA GSP) :►Al P-9 C. Ni 1-07.18 1 General Re uirernents 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 fess 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. The Contractor shall keep this insurance in force without interruption from the h the term commencement 0) days he Physical tractor:s Work Complet on dater unless otherwise indicated below. he Contract and for thirty (30) days after 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 Compietion Cate 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 aac pep to les toathe Con racting Agency to assure exteed reporting period ll") or execute another form financial respons bility for of guaranteea p liability for services performed. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and noncontributory 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 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 020) SP -28 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 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. K 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 pians, 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 Inability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -29 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 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(41 Verification of Covera e 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 failing 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 ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -30 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 1-07.18 5 ACommercial General Liabilit ncludng but not limited to liability arising from d Commercial General Liability insurance shall be written on coverage forms atleastle broad as ISD occurrence form CG 00 01. remises, operations, stop gap liabiiityindependent contractors, asstumed underanproducts-completed insured p personal and advertisinginjury-_ From explosion, collapse or operations, p contract. There shall damageexclusion for liability arising underground property e a per project The Commercial General Liability insurance shall Ob09 dendorsed to.vpaient endorsement aggregate limit, using 15D farm CG 25 0 s equ ce arising out of the contractor shall maintain Commercial at Liability lyearsn following Substantial Contractor's completed operations far atleast Comp4etion of the Work. Such policy must provide urrgminimum limits: Each the $1,000,O$2,Q00,00o General Aggregate re ate $ .00(3,0pQ Products & Completed operations each Offense $1,000,000 Personal & Employer ' Liability each Accident $1,000,000 Stop Gap 1 07.18 5 B Automobile Liabilit leased Automobile Liability shall cll over owned, non-ow ad asr4S�afo CA 00 41 les; and If he work be written shall include MCS 90 be written on a coverage form autamobi}e liability policy involves the transport of pollutants, and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident I-07.18 5 C Workers' Com ensatian The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washinei ton. 1-07.11811`111) Excess or Umbrella Liabiiit f not less (January 4, 2076 APWA GSP) th The Contractor shall provide Excess or Umbrella l iagregine ur phis excel It ag urns thee than $3,000,OOQ each occurrence and an liability coverage shall be excess over a L alms as suranc broad in coverage as Contractor's Commercial General and e. All entities listed under 1-07.18(2) of these Special Provisions shall be noticed as additional insureds on the Contractor's Excess or Umbrella Liability insurance p nyiercial This requirement may be satisfied instead through the Contractor's primary Com ile Liability coverages, or any combination thereof that achieves General and Automob the overall required limits of insurance. 1-07.18L5g Pollution Liabiiit ANNUAL PIPE REHABILITATION PH � 202 CITY OF FEDERAL WAY PROJECT #288 SP-31 CFW SPECIAL PROVISIONS VER. 2020.046 (January 4, 2016 APWA GSP) The Contractor shall provide a Ca rar pollution damage (incaudiing Doss providing tangible for claims involving bodily injury, property property that has not been physically injured), cleanup casts, remediation, disposal or other handling of pollutants, including coouf the following: }gatran, defense or settlement of claims, arising out of any one or more o 1. Contractor's operations related to this project. 2. Remediation, abatement, repair, maintenance asbestos. or other work with lead-based paint or materials containing 3 Transportation of hazardous materials away from any site related to this project. shall be named by All entities listed under 1-07.18(2) of oshi the Contrac ase Special rrsvPallution L abil ty assurance endorsement as additional insured policy. Such Pollution Liability policy shall provide the following ium limits: $1,000,000 each lass and annual aggregate 1-07.23 Public Convenience and Safe 1-07.23 1 Construction under Traffic (February 3, 2020 WsDOT GSP, pPTlDN 2) Section 1-07.23(1) is supplemented with the following: Work Zone Clear Zane a lies during working and nonworking The Work Zone Clear Zane {WZCZ} pp roadside objects introducer) by the hours. The WZCZ applies only to temporary Contractor's operations and does not apply to preexisting conditions OF in permanent Work. Those work operations T affic Cantrolthat are ePlansly in pro a gd other cress lonbt act accordance with adopted and approved requirements. ot be During nonworking hours equipment ormateals shor aelmp❑ ary rt concretethe bade unless they are protected by permanentguardrail The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. rials During actual hours of work, unless tponteshall abdescribed iheaWZCZy andonly absolutely necessary to construe construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. not The Contractor's nonessential vehicles time unless protected private vehicles als described above. be permitted to park within the W ZZ at any above. or has Deviation from the above requirements shhal{he not r unlesshas hpro idtedctwritten requested the deviation in writing and approval. ANNUAL PIPE REHABILITATION PHASE ) CITY OF FEDERAL WAY PROJECT #288 SP -32 CFW SPECIAL PROVISIONS VER. 2020.048 Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory i.— Distance From Posted Speed�I Traveled Way 35 Mph or less 40 mph 45 to 50 mP_ 55 to 60 mph 10 15 20 30 60mph or reater :3 Minimum Work Zone Clear Zone Distance (January 5, 2015 WSDOT GSP, OPTION 5) Section 1-07.23(1) is supplemented with the following: Lane closures are subject to the following restrictions: Only one lane of traffic (northbound or southbound)raay ba close both e closed to traffic between the hours of 7-40AM and 3:30PM. Approval one northbound and one southbound lane at the same time will require prior approval by the Project Engineer. Left turns may be restricted (by the Contractor) within the project limits at the discretion of the Project Engineer. Closure of one lane at a time may occur between the hours oof 7b M htoe 7PM. Any closures between 7PM to 7AM require prior app Y 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 rruption shall be defined as a period driver confusion. A momentary inte of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. Working at night (bpm to 7am weekdays, 8 pm -gam weekends & holidays) is not mandated by the City. Should the contractor schedule project work during nighttime hours, it shall be the Contractor's responsibility to obtain any required noise variance or exemption for such work. For City, mrke all larra gmentsContractor operrationsshall, durngadditional hours of darkness. City, ma ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY 020) SP -33 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 Flagger stations shall be illuminated using a minimum '150 -watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from or shielded from residences and nc sing traffic. Signs lightsto barricades shall be supplemented by Type delineate edge of roadway during the hours of darkness. The Contractor shall keep all pedestrian routes & access points (including, but not limited to, sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan. An ADA accessible route must be provided through the project site at all times. Pedestrians must have access to pedestrian push buttons at all times. The Contractor shall provide flaggers, signs, and other traffic control devices. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or owork s gns andll be done on or adjacent traffic control devices are traveled n place way until all necessary All signs and traffic control devices for the permitted closures shall only ction signs. ea lien than theed ng the specified I uiulrs edofo lose c, shall be t� imed orf coaced vered so earlier t p as not to be visible to motorists The Contractor shall be responsible for notifying all affected property he barricading of owners anddew lks andd driveways. Notifications rior to Commencing tshould be at least 48hours alleys, side in advance of closures, if possible. The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. Lane closures shall not impact business accesses. All business accesses will remain open during business hours. ® Lane closures shall not restrict vehicular access for buses through the project site. Bus stops shall remain ADA accessible to pedestrians at all times throughout the project ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY SP -34 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 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. Lane closures are not allowed within the City Center zone from the Friday after Thanksgiving Day ("Black Friday") until the first City recognized business day of the following year without written approval by the Engineer. The boundaries of the City Center zone are identified in the City of Federal Way Comprehensive Plan. In general, it is the area located within the following boundaries: Northern boundary: S 312th Street Southern boundary: S 324th Street Eastern boundary: interstate 5 Western boundary: 14th Ave S (future extension) / west of 320th Public Library 1 11th PI S 1-07.24 Rights of Wa (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 Contractors 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 out the way and Exceptions to this aremanent and noted in the temporary, Documents ornecessary will for work. be b a ght to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Flight 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 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH 02 ) SP -35 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Communication with Businesses and Property Owners (April 92, 2098 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 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.0M Preconstruction Conference (October 90, 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; CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -36 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08,0f2) Hours of Work (december 8, 2014 APWA GSP) Add the following new section: Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, 'the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon two working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -37 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. s with respect to 3• Considering multiple work shifts as multiple working day contract time even though the multiple shifts occur in a single 24-hour period. ested and roved the non -working day 4. If a 4-10 work schedule be di d agsua working day for the e rates apply to this Contract, all requirements mus 5. If Davis Bacon wag on certified payroll. be met and recorded properly 1-08.1 Subcontractin Ma 30 2019 APWA GSP pPTIQN B • h aragraph, beginning with "On all projects, the Contractor shall certify-.." Delete the ninth p 1.08.3 prorens Schedule 1-0$ 3 2 A T e q Pra cess Schedule {March 13, 2012 APWA GSP) Revise this section to read: e A Progress Schedulno later upon The Contractor shall submit 3 copies e, a Type path method (CPM} schedule, bar than at the reconstruction confer be a critical rp other mutually agreed submittal time. The schedule may hich format used, chart. or other standard schedule format. Regardless Engineer will,eval ate the Type the schedule shall identify the critical path. 15 Pro ress Schedule and approve or return the schedule for corrections within g calendar days of receiving the submitta . 1-Q8.4 Prosecution of Work Delete this s replaceitiwith se Prcution of Work 1-08.4 Notice to Proceed a (July 23, Lice APWA GSP) and filed by the Contracting Nonceto Proceed wi}} be given after the cvn�rat has been executed and the contracted bond and evidence of insurance have been approved The Contractor shall not comment i hall commencekuilconstructioa activities ctio f the Noti Agency. ineer. The Contractor has been given by the Eng s of the Notice to Proceed Date, unless otherwise physical on the project site within ten day shutdown or slowing approved in writing. The Contractor shall diligently pursue the work to the p Y completion date within the time specified in the contract. Voluntary operations b the Contractor shall not rel}eve�e contract. ntctor of the responsibility o Of operate Y specified in complete the work within the time(S) n in the Pians, the first order of work shall at o the described otion f hlgh visibility e Contract. When show shall occur after the fencing to delineate all areas fenprote atdjacenteto the roadway Installation of high visibility g shall request the Engineer to inspect placement of all necessary signs and traffic control devicestin accordance with 1-1 D.1(2 . Upon construction of the fencing, the Contractor s ANNUAL PIPE REHABILITATION PHA2 2 ) CITY OF FEDERAL WAY PROJECT #288 SP -38 CFW SPECIAL PROVISIONS VER. 2020.046 site until the Contracting the fence. No other work shalt be performd on the as described n the Contractgency has accepted the installation f high visibilityfencing, (April 6, 2020 wSDOT GSP, OPTION 4) The last sentence of Section 1-08. is revised t° read: No other work shall be performed on the site Scribed itil the n Cont act, and a COVID- 19 the installation of high visibility fencing, as eared in accordance with Section 1-97.4(2) Health and Safety Plan (CHSP) has been prepared as supplemented in these specifications, COViD-19 Health and 'Safety Plan 4CHSPj. 1-08.Cm 5 Time for oietion {IVavema be0, 2018 ApWA GSP, r 3OPTION Revise the third and fourth paragraphs fallowing the Notice to Proceed Date. Contract time shall begin ❑n the first working day l the act work is Each working day shall be charged to the coonnract as it Occurs, has been granted alnd all then authorized physically complete. if substantial corrIgiplo working days have been used, charging of working hatt shows the number of working days'. Engineer will provide the Contractor a state specified for the physical completion of (1) charged to the contract the week before; (2) s pof the the contract; and (3) remaining for the physical completion or whole day the contract. Engineer statement will also show the nonworking days and any partial declares as unworkable. Within 10 calendar llegys after theed discrepancaes in of it eachstatement, betConsidered Contractor shall file a written protest of any g protest in b the Engineer, the protest shall be in sufficient detail to enable the Engineer to Y ascertain the basis and amount of time disputed. By not filing such detailedp that period, the Contractor shall be to work deemed10 hau sas va daing o ad 4 daccepted t sea week an4-110 correct if the Contractor is a roved schedule and the fifth da of the wee fth da rl I of that weeka 4-10 lwill be�cordinar hard ed as a wo kin be char ed as a working da then the f da whether or not the Contractor works on that da . Revise the sixth paragraph to read. The Engineer will give the Contractor wunder the contract have pletion date of the been performed by contract after all the Contractor's obligations 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 the contract and uired by 2. The Contractor to furnish the Contracting documeacting Agen tontation aprocess final acceptance of required by law, the contract. The following documents emust be received by the Project Engineer prior to establishing a completion a. Certified Payrolls er 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 ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY (2020) PROJECT #288 SP -39 CFW SPECIAL PROVISIONS VER. 2020 04B e. Copies of the approved ,Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors ashington State f. A copy of the Notice of Termination the elapset to `30 calendar days Department of Ecology (EcolagyJ; p and from the date of receipt of the Notice of Termination by Ecology' y. This no rejection of the Notice of Termination by the Construct an Stormwater General requirement will not apply Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. prope 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 30 working days- 11-IL ays. 1 48 6 $us ensign of Work [January 2, 2018 WSDOT GSP, OPTION 2} Section 1-08.6 is supplemented with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension) In order to receive a Procurement Suspension, the Contractor e orrders for 21 calendar days after execution by the Contracting Age Agency completion of the all materials deemed critical by the Contracting Agency purchaseof for the critical contract. The Contractor shall provide d sclose the ies purchase orderr date and estimated materials. Such purchase orders shall delivery dates for such critical material. es in the The Contractor shall show procureme do ProgesserSchials edule indicates d below as athe lt�materials Progress Schedule. if the app rOv if procurement are critical activities, and nriticaeV mater alsow withr has in the provided 21 documentationcalendar purchase orders are placed f days, then contract time shall be suspendeded n physical materials completion of all critical work except that work dependent upon the Storm Pipe e upon l materials to Charging of contract time will reP executioneby the Contracting elivery of the aAgency, whichever Contractor or 120 calendar days a occurs first. 1-08.9 Li uidated lama es ({December 2, 2019 WSD(]T GSP, OPTION 3} Section 1-08.9 is revised to read: Time is of the essence of the Contract. elara commerce, ceS and increase traveling users obstruct traffic, interfere with and Y Delays also cost tax payers undruESUMS of supervision.oney, adding time needed for administration, engineering, inspection, a Accordingly, the Contractor agrees: . To pay liquidated damages in the amount of 7� 5[7JQo for each working ay 1 beyond the number of working days es tatalished for Physical Completion, and ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY (2020) PROJECT #288 SP -40 CFW SPECIAL PROVISIONS VER. 2020.048 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. Agency has When the Contract Work has a ciprogressed [ es, bath from the operational and sto the extent that the tafetynsgta standpoint, all full use and benefit of the fant of the initial plantings are completednt periads,alorVcorreet a}ncornerepa r temporary substitute facilities, plant establishment remains to physically complete the total Contract, the Engineer may determine the actor in Contract Work is sandal nompletionpDate. Foreoverrruns in Cer ontract acct time occurring after the Contr writing of the Substantial Comp the date so established, liquidated damages shown above will not apply. For overruns in ial tion Contract time occurring after he e bsenginee engineering related liquidated tars assignable to shall be assessed on the basis o the project until the actual Physical ema remainingpletion Work as promptiy aate of ls possible. Upon request by Contractor shall complete theg the Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed of liquidated damages will, lin any degree, release the ch an extension of time is granted.. No deduction or pay Contractor from further obligations and liabilities to complete the entire Contract. 1-09 MEASUREMENT AND PAYMENT 1-09.2.(1) General Requirements for Weighing Equipment (July 23, 2015 APWA GSP, OPTION 2) Revise item 4 of the fifth paragraph to read:ns are 4. Test resrllts and scale weight records uti � eeach day's hauling 1NSDOT form 422-027, aSpaiema ps Dadlyd to the Engineer daily. Reportinghall Report, unless the printed ticket contains the same information that is on the Scaleman s for Dail Re ort Form. The scale o erator must row AM and/or PM tare wei hts each truck on the rinted ticket. 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read:rn Scale Verification Checks — At the Engineer's h, hopper, for platforms ale usedr n verification checks on the accuracy of each batch, hopp 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 taccount, be ome al partpof vCentractor's total a common c bid. al for How Bidders.ethe All such dollar amounts a the actual amount Contracting Agency doesh those est mates. Payment arrant expressly or by will be made ton the basis of the of work will correspond with amount of work actually authorized by Engineer. ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY SP -41 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 1_OgMobilization (April 12, 2018 CFW GSP) Supplement Section 1-09.7 with the following: s mobilization, field offices}: storage of materials, Obtaining a site for the Contractor access and personnel parking spaces, and other general operations shall be the responsibility of the Contractor. The Contactor will be responsible for maintaining these spaces in a safe and orderly condition throughout agreement(s) emeduration with the project. The Contractor shall provide the City with a copy g l property costs associated with securing sites shall be included in the other bid items on the project and no other compensation will be made. 1_og.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 l make a nation based on lump ion availablew+hetPojecthe jE gineer's deterect Engineer llmin ton of he c s` isum beakn, t of work hall be nformat final. Progress payments for blytthEnr.will based upon progress estimates prepared gineer. A progress estimate 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 ser the purpose of determining progress payments. The progress are subject to change at any timprior to thecalculationof 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. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH( E 3 SP -42 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 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. 1-09A1 Disputes and Claims (September 3, 2019 WSDOT GSP) Sections 1-09.11 through 1-09.11(1)6 are replaced with the following: Disputes and Claims g a Contract, the Contractor shall pursue resolution through When protests occur durin the Engineer in accordance with Section 1-04.5. Unless noted otherwise in the specifications, compliance with all the requirements of Section 1-04.5 is a condition precedent to initiating any action pursuant to these Special Provisions. If the negotiations using the procedures outlined in Section 1-04.5 fail to provide satisfactory resolution of the protest, then the Contractor shall provide the Engineer with written notification of dispute stating that the Contractor will continue to pursue the dispute in accordance with the provisions of these Special Provisions. The written notification of dispute shall be provided within 14 calendar days after receipt of the Engineers written determination that the Contractors protest is invalid pursuant to Section 1-04.5. Should the Contractor not provide written notification of dispute within the designated time period, the Contractor shall be deemed to have waived any right to pursue the protest further and the matter shall be considered resolved. When the Proposal Form includes the Bid item "Disputes Review Board", unresolved protests shall be subject to the Disputes Review Board subsection of this Special Provision. Either party, Engineer or Contractor, may refer a matter in dispute to the Disputes Review Board. Compliance with the requirements of the Disputes Review Board subsection of this Special Provision is a condition precedent to any further right of the Contractor to pursue the dispute either by certified claim or litigation/arbitration. When the Proposal Form does not include the Bid item "Disputes Review Board the Contractor's written notification of dispute shall indicate whether the Contractor is requesting to resolve the dispute through the use of a Disputes Review Board as outlined in the Disputes Review Board section of this Special Provision, or will submit a formal certified claim directly to the Engineer pursuant to Section 1-09.11(2). If the Contractor requests a Disputes Review Board, the Engineer will notify the Contractor in writing within 7 calendar days of receipt of the request whether the request is acceptable. if both parties to the dispute agree to use a Disputes Review Board, then a pay item "Disputes Review Board" will be added to the Contract by change order and the dispute will be subject to the provisions of the Disputes Review Board subsection of this Special Provision. If the parties do not agree to estabiish a Disputes Review Board CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH( E 3 SP -43 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 or the Contractor does not request a Disputes Review Board in its written notification of dispute, the Contractor shall comply with the provisions of Section 1-09.11(2). Regardless of any protest or dispute, the Contractor shall proceed promptly with the Work as the Engineer orders. Disputes Review Board The procedures set forth in these Special Provisions shall only apply when the Contract includes the pay item "Disputes Review Board". Disputes Review Board — General In order to assist in the resolution of dispute(s) between the Contracting Agency and the Contractor arising out of the work of this Contract, a Disputes Review Board, hereinafter called the "Board", will consider disputes referred to it and furnish written recommendations to the Contracting Agency and Contractor to assist in resolution of the dispute(s), The purpose of the Board response to such issues is to provide nonbinding findings and recommendations designed to expose the disputing parties to an independent view of the dispute. Disputes Eligible for Consideration by the Disputes Review Board The Board shall consider and provide written recommendations concerning the following disputes: Interpretation of the Contract. 2. Entitlement to additional compensation and/or time for completion. 3. Other subjects mutually agreed by the Contracting Agency and Contractor to be a Board issue. Board Member Qualifications The following definitions apply for the purpose of setting forth experience and disclosure requirements for Board members. Financial ties - any ownership interest, loans, receivables or payables. Party directly involved - The Contracting Agency or Contractor of this Contract. Party indirectly involved - The firms associated with the Contractor on this Contract, including joint venture partners, subcontractors of any tier, and suppliers; and firms associated with the Contractor or the Contracting Agency on this Contract, such as designers, architects, engineers, or other professional service firms or consultants. The Board members shall: CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -44 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 Be experienced in the interpretation of construction contract documents. 2. Have attended training by the Dispute Resolutionyears. Foundation in dispute resolution within the last five y 3. Be experienced in constructior at on Contract dispute resolution an Owner or ooettte��of ang responsibility and authority eledisputes- es 4. Be able to discharge their e facts and lc}ondt aimpartially s related to ons independently, considering t compliance with the the matters under consideration in strict comp provisions of the Contract. 5. Not be a current employee of any party directly or indirectly involved. ee of any party directly or indirectly g Not have been an employ period of one year of the involved with the Project within a p Contract Execution date. t for 7. Not have a financial on tterest he Board the Contract except payments for se Board Member Ongoing Responsibilities While serving on the Disputes Review Board on this project: discussion 1 Board members shall not participate in any the creation of an agreement or making an contemplating directly or indirectly involved in the agreement with any party fee-based Consuing Contract regarding empl busir7ess ent rarran9ement after ltthe services, or any other Contract is completed. 2. Board members shall not officially give any advice to either completely party. The individual members will act in a independent or business manner wconsulting except for payments for connections services on the Board. as rmal 3. During routine meetings of the Ball rdrefrain ellfrom express g hearings, Board members te opinions on the merits of statements of Board members eS on matters xpressed din or potential dispute. fpma private sessions with other Board members should be kept strictly confidential. ANNUAL PIPE REHABILITATION PHASE 3 (2020) CITY OF FEDERAL WAY PROJECT #288 SP -45 CFW SPECIAL PROVISIONS VER. 2020.046 4. The Board shall comply with the terms of the Contract and enforce such terms consistent with the laws the o Mate of Washington. Board members shall not supplant or ise interfere with the respective rights, authorities, duties and obligations of the parties as defined in the Contract. In making its recommendations, the Board shall not make a recommendation encs, orr allocat orn of ririisk,oestabi shed by the r undermines the intention, require Contract. ract, if d members become 5, Throuaware f p tential conflicts of the life of the interest, tBheyrshall be disclosed to aware of potential the parties immediately. Establishment of the Board actor shall meet The Contracting Agency and o tr Boa d nominees. Iftthe hPay item, Contract time to jointly select "Disputes Review Board"is meet Aby change 0 gency and Contractor shallto refect Board nomineesrder, the oaftertthe change order is processed. The Contracting Agency andt directlytrand rindishall ctly indvolvedwith the ard nominees a list of the firms Project, including, but firms not onsuflimited tants,designers, professional service partners, subcontractors and � personnel of each. suppliers, along with a listing of key p tor Board nominees shall i Iprovide to Contracting witthin 21the calendarcdaysnof nom ationn. Agency Board the following informat Of nominees that are included Prequalified DRB Candidatethe Washington aRosDterp" will not be Transportation ,Statewide required to submit resumes. 1. Resume showing: a. Full name and contact information b. Experience qualifying the person as a Board member as outlined in the Board Member Qualifications subsection of this Special Provision. c. Previous Board participation, if any. List each Board assignment separately, indicating the name and location of the project, approximate dates of Board service, name of Contracting Agency, name of Contractor, names of the number of other Board members and the approximate disputes heard. When previous t Board aithe Prospective rience is Board extensive, the list may Board member's discretion. ANNUAL PIPE REHABILITATION PHASE 02 CITY OF FEDERAL WAY PROJECT #288 SP -46 CFW SPECIAL PROVISIONS VER. 2020.046 2. Disclosure statement addressing the following: a. Previous or current direct employment by one of the parties directly or indirectly involved. b. Previous or current engagement as a consultant to any party Boardirectly memberindirectly or by the f rm involved b Bo to which the prospective Board member is directly employed. C. Previous, current, or future financial ties to any of the parties directly or indirectly involved. d. Previous or current personal or professional relationships laor iion hips with a key member of any party directly ctly involved. e. Previous and current service as a Board member on projects where any of the parties directly or indirectly involved in this Contract were also involved. Any prior involvement in this project. Within 14 calendar days of receiving the resumes and dis losure statements from the Board nominees, the Contracting Agency and th Contractor shall review and jointly agree on the final selection of the three members to serve on the Board. In the event e process any of the shall rbe nominees are not acceptable to either party, th repeated until all positions are filled. The Contracting Agency, then the first Board the meeting. The Threeoard shall execute - Party Agreement not later tha Party Agreement form (WSDOT Form 134-491) is available online at WSDOT Electronic Forms webpage. The Board shall determine and notify the parties which Board member will act as the Board chair. Disputes Review Board Candidates The qualifications of some potential Board members eyhai gton reviewed and deemed potentially acceptable by State Department of Transportation {WSDOT}. This list of potential Board le from theatWSOOTreHealdqua terse Construction d DRB Candidate oster, is Office available from at website f b http s: f f www.wsd ot. wa . g ovu s i ne s slco nstru ct i o of d i s p ute -rev i ew- boards Either party may propose a Board nominee that is not on the WSDOT list. In either case, Board nominees roust comply with the requirements of the Board Member Qualifications, Board Member Ongoing Responsibilities, and Establishment of the ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY (2020) PROJECT #288 SP -47 CFW SPECIAL PROVISIONS VER. 2020.046 membercial must the deemed apcceptable vi Pro, and every Board Boarboth he Contracting Agency and the Contractor. Replacement or Termination of a Board Member Procedures for terminating Board members are defined in The Three -Party Agreement. Disputes Review Board Procedures — General The Board, Contracting Agency, and Contractor ent the ally develop Party rules of operation of the Board that supe Agreement. Such supplemental rules must be in writing and accepted by the Board, Contracting Agency, and Contractor. The Board members shall act impartially and independently in the consideration of facts and conditions surrounding any dispute presented by the Contracting Agency or the Contractor and that the recommendations concerning any such dispute are advisory. The Contracting Agency and the Contractor shall furnish to the Board documents in accordance with the Three -Party Agreement. Regular Disputes Review Board Meetings All regular Board meetings will be held at or near the job site. The frequency of regular meetings will be set by mutual agreement of the Board, the Contracting Agency and the Contractor. Each regular meeting is expected to consist of a round table discussion and a field inspection of the project site. A member of the Contracting Agency and Contractor are expected to jointly facilitate the round table discussion. Round table discussion attendees are expected to include selected personnel from the Contracting Agency and the Contractor. The agenda for each meeting will be managed by the Board. Standard Procedure for Consideration of Disputes Dispute Referral Disputes shall be referred in writing to the Board chair with a copy concurrently provided to the other Board members and the other party. 1. The dispute referral shall concisely define the nature and specifics of the dispute that is proposed to be considered by the Board and the scope of the recommendation requested. This referral is not expected to contain a mutually agreed upon statement of the dispute. 2. The Board chair shall confer with the parties to establish a briefing schedule for delivering prehearing submittalslrebuttals, and a date, time, and location for convening the Board for a hearing. ANNUAL PIPE REHABILITATION PHASE � CITY OF FEDERAL WAY SP -48 PROJECT #288 CFW SPECIAL PROVISIONS VER 2020.046 Pre -Hearing Submittal 1. The Contracting Agency and the Contractor shall each prepare a pre -hearing submittal and transmit both a hard copy and an electronic copy of it to all three members of the Board and the other party. The pre -hearing submittal, comprising a position paper with such backup data as is referenced in the position paper, shall be tabbed, indexed, and the pages consecutively numbered. 2. Both position papers shall, at a minimum, contain the following: a. A mutually agreed upon joint statement of the dispute and the scope of the desired report being requested of the Board, placed at the beginning of the papers. The language of this joint statement shall summarize in a few sentences the nature of the dispute. If the parties are unable to agree on the wording of the joint statement of dispute, each party's position paper shall contain both statements, and identify the parry authoring each statement. b. The basis and justification for the party's position, with reference to Contract language and other supporting documents for each element of the dispute. In order to minimize duplication and repetitiveness, the parties may identify a common set of documents that will be referred to by both parties, and submit them in a separate package. 3. If requested by the Board or either party, the Contracting Agency and the Contractor shall each prepare and submit a rebuttal paper in response the position paper of the other party. 4. The number of copies, distribution requirements, and time for submittal will be established by the Board and communicated to the parties by the Board chair. Disputes Review Board Hearing 1. The Contracting Agency will arrange for or provide hearing facilities at or near the project site. 2. Attendance: a. The Contracting Agency and the Contractor will have a representative at all hearings. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 0) SP -49 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 b. The Contracting Agency and Contractor shall both limit attendance at the hearing to personnel directly involved in the dispute and participants in the good - faith negotiations that were conducted prior to submittal to the Board except as noted elsewhere in this section. c. At least 14 calendar days before the hearing, each party shall provide a list of proposed attendees to the Board and to the other party. In the event of any disagreement, the Board shall make the final. determination as to who attends the hearing. d. Attorneys shall not attend hearings except as follows: i. Attorneys are identified as such on the list of proposed attendees; ii. All parties desiring their attorney present are able to do so. iii. Attorneys shall not participate in the hearing, unless the scope and extent of Attorney participation is mutually agreed to by the Contracting Agency, Contractor and the Board at least 7 calendar days before the hearing. e. For hearings regarding disputes involving a Subcontractor, the Contractor shall require and ensure that each Subcontractor involved in the dispute have present an authorized representative with actual knowledge of the facts underlying the Subcontractor disputes. 3. A party furnishing written evidence or documentation of any kind to the Board must furnish copies of such information to the other party and the Board a minimum of 21 calendar days prior to the date the Board sets to convene the hearing for the dispute, unless otherwise mutually agreed to by the parties and the Board. Either party shall produce such additional evidence as the Board may deem necessary and furnish copies to the other party prior to submittal to the Board. 4. The conduct of the hearing shall be established by the Board and be generally consistent with the following guidelines: a. The party who referred the dispute to the Board shall present first, followed by the other party. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH 02 SP -50 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 b. To assure each party a full and adequate opportunity to present their position, both parties shall be allowed successive rebuttals and to rebut the opposing party's position until, in the Board's opinion, all aspects of the dispute have been fully and fairly covered. c. The Board shall be fully prepared to, and may at any time, ask questions, request clarifications, or ask for additional data, documents, and/or job records. d. Either party may request that the Board direct a question to, or request a clarification from the other parry. The Board shall determine at what point in the proceedings such requests may be made and if they will be granted. In general, the Board will not allow one party to be questioned directly by the other party. e. In difficult or complex cases, additional hearings may be necessary to facilitate full consideration and understanding of the dispute. The Board, in its discretion, may allow introduction of arguments, exhibits, handouts, or documentary evidence that were not included in that party's prehearing position paper or rebuttal and have not been previously submitted to the other party. In such cases the other party will be granted time to review and prepare a rebuttal to the new material, which may require a continuation of the hearing. 5. After the hearing is concluded, the Board shall meet in private and reach a conclusion supported by two or more members. Its findings and recommendations, together with its reasons shall then be submitted as a written report to both parties. The recommendations shall be based on the pertinent Contract provisions, facts, and circumstances involved in the dispute. The Contract shall be interpreted and construed in accordance with the laws of the State of Washington. Failure to Prepare a Pre -Hearing Submittal or Attend a Hearing in the event that either party fails to deliver a pre -hearing submittal by the date established by the Board, the Board shall, at its discretion, determine whether the hearing shall proceed as originally scheduled, or allow additional time for the submittal and/or reschedule the hearing. On the final date and time established for the hearing, the Board shall proceed with the hearing utilizing the information that has been submitted. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHAS02 3 SP -51 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 ing ncy In the event that representatives at the nt d t me Ofthea hear ng or the Contractor fail to appear hearin until such time as the Board shall postpone the g representatives from both parties are available to proceed with the hearing - Use of outside Experts encs or the Contractor: 1 By the Contracting Ag A party intending to offer an outside expert's analysis at the hearing shall notify the other party and the riot to Board in writing no less thanthe calendar eari ng ys prior to the due date for delivering and provide the following disclosure: art's name and a general statement of i. The exp his the area of the dispute that will be covered by or her testimony. M - ii. prepared by the proposed expert A statement requirements which add�of thees eBa(° ard subsection of this Establishment Special Provision, item 2. A statement prepared by the proposed expert which identifies the experience and training which qualifies them as an expert. b. Upon receipt of the disclosure, the other party shall have the opportunity to secure the services of an outside expert to address or respond to t de expert• e issues that may be raised by the other party's The notification and disclosure shalt the samasthaPcfedelsewhere in this section, except the time requirement is 21 calendar days. 2. By the Board: d by the Board and subject to approval a. When requeste of the parties, outside experts , th ay be needed to ert assist the Board. be deem daathorized to usurp side pth shall in no way b issue the Board Board's authority to thorrty shall remain vested recommendations. Such au solely in the Board. all b. Prior to arranging for outside experts, the Boards and obtain prior approval from the Contracting Ag the Contractor by providing: ANNUAL PIPE REHABILITATION PHASE 3 (2020) CITY OF FEDERAL WAY PROJECT #288 SP -52 CFW SPECIAL PROVISIONS VER. 2020.046 CITY OF FEDERAL WAY A statement explaining why the expert assistance is needed. ii. An estimate of the cost of the expert assistance. iii. The expert's name and a general statement of the area of expertise the), will provide. iv. A statement prepared by the proposed expert which addresses the requirements of the Establishment of the ward subsection of this Special Provision, item 2. v. A statement prepared by the proposed expert which identifies the experience and training which qualifies them as an expert. vi. A confidentiality statement, consistent with the confidentiality obligations f theexecoarduted byibed he in the Three Party Agreement, proposed expert. Disputes Review Board Report The Board'srecommendations esll formalized written report signed by all Board recommendations shall ions and the s and be based on the Contract dispute. The repo shaUld intclude a circumstances involved in ch Position, findings of facts 'fthe dispute, disc. statements fea ussion and rationale for findings as totThe repo the recommended concurrently to the partieation(s), and the s as soon as possible shall be submitted after completion of the hearing as agreed by all parties. rification of a report within 14 calendar Either party may request cla days following receipt of the wasclarrf'aation to both parties. time. the Board shall provide Board and the l be simultaneouslyother party. fitted in writing Requests for clarification simultaneously to the Either party may request reconsideration of a report, provided: The request is made within 14 calendar days following receipt of the report, and New information is obtained or developed lthate porno s known at the time of the hearing o opinion, the Board misunderstood or failed to consider pertinent facts of the dispute. 2. ANNUAL PIPE REHABILITATION PHA202 PROJECT #288 SP -53 CFW SPECIAL PROVISIONS VER. 2020.046 Requests for reconsideration shall be submi teddBoard i g simultaneously to the Board and the other party. Thegive the party not requesting reconsideration the option of submitting are buttal to any information reconsideration. on. The Board tshallhat tsp provide basis the request for written response to the request for reconsideration. Acceptance of Disputes Review Board Recommendations v ithin 30 calendar days of receiving the Board's report, ar within 14 calendar days of receiving the Board's written clarification and/or reconsideration, both the Contracting Agency and the Contractor shall respond to the other in writing signifying that the dispute isuldpe unresolved. though both lace we ght upon the Board recommendations.commel parties shndations. the recommendations are not binding. If the Board's assistance does not lead to resolution of the dispute, the Contractor must file a claim according to Section 1-Og.11(2) before seeking any form of judicial relief. In the event the Board's recommendations do not lead to resolution of the dispute, the Board`s recommendation consisting solely of the Board's written report and any written minority reports, along with the Board's written clarifications and written responses to requests for reconsideration, if any, will be admissible in any subsequent dispute resolution proceedings including, but tioned list t of Ilmited to I lg atio a documentationshall betrcconsidered T all aforeme inclusive. Payment for the Disputes Review Board The Contracting Agency and Contractor shall share equally in the cost of the Boards services and all operating expenses of the Board. The Board members' compensation shall be in accordance with the Three Party Agreement. After the Contractor and Contracting Agency review invoices from the Board and other operating expenses of the Board, the Contractor shall make full payment for ail Board members and Bothe rd operating expenses. The Contracting Agency item Contractor for fifty percent of such payments, under the pay "Disputes Review Board". The Contractor and the Contracting Agency shall equally bear the cost of the services of the outside expert hired to advise the Board. outside experts hired to advise the Board shall Contract directly from the with the Contractor after concurrence from the Board and approval Contracting Agency. Invoices for these services shall befor fitted by the expert to both the Contractor and ContractinAgency nces in full, and the both parties. The Contractor shall pay approved Contracting Agency will reimburse the Contractor for fifty percent of such payments, under the Bid item "Disputes Review Board". ANNUAL PIPE REHABILITATION PH(2S o) CITY OF FEDERAL WAY SP -54 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.04B The cost for securing outside expert services for the Contracting Agency or the Contractor shall be borne by the party securing such services. The Contracting Agency will provide administrative services, such as conference facilities and copying services, to the Board and the Contracting Agency will bear the costs for these services. Indemnification of Disputes Review Board Members The Contracting Agency and Contractor shall indemnify and hold harmless the Board members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. 1-09.11(3) Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01 .050 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor Contracting Agency to have timely access to any records permit the by the Contracting Agency assist n evaluating the claims or action. 1-09.13 Claim Resolution 1-09.13 3 Claims 250 000 or Less {October 1, 2005 APWA GSW} Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13 3 A Administration of Arbitration (November 30, 2018 APWA GSP) Revise the third paragraph to read: to be by the The Contracting agency andand judgment r mutually o u lh aaward rendered by the decision of th ANNUAL PIPE REHABILITATION PHA502 CITY OF FEDERAL WAY SP -55 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 arbitrator may be entered in the Superior Court of the coon in which the Contractin A enc 's headquarters is located rovided that where claims sub ect to arbitration are asserted against a county, RC W 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General 1-10.1 2 Descri tion (April 12, 2018 CFI' 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 Project signs shall be considered Construction Signs Class A. The Contractor shall provide five (5) project signs (4' x 8') per the detail available from the City. The Contractor shall be responsible for providing sign posts, installing and maintaining signs. The Contractor shall also be responsible for taking down the signs upon completion of the project and returning the signs to the City. 1-10.2 Traffic Control Management 1-10.2(1) General (January 3, 2017 WSDOT GSR 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 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -56 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 1-i D.2 2 Traffic Control Plans (April 92, 2098 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 Pians. The plans as provided by the Contractor shall include and not be limited to the following information: • Stop line locations with station and offset to verify safety of intersection turning radius for vehicles. • Minimum lane widths provided for vehicular travel. • Turn pocket length, gap, and tapers in conformance with the City of Federal Way Standard Detail DWG 3-19A. 2. Detours will not be allowed except as noted herein or Section 1-07.23(2) as amended. 3. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and/or reflective tubular markers as required at the direction of the Engineer. 4. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, and shall contain accurate dimensions and legends and shall be signed by the preparer. 1-10.Z 3 Conformance to Estabtished Standards (February 3, 2020 WSDOT GSP, OPTION 9) Section 1-10.2(3) is revised to read: Flagging, signs, and all other traffic control devices and procedures furnished or provided shall conform to the standards established in the latest WSDOT adopted edition (in accordance with WAC 468-95) of the MUTCD, published by the U,S. Department of Transportation, and the 2005 draft version of the Public Rights -of -Way Accessibility Guidelines (PRCWAG): https://www.access- board .gov/g u idlines-and-standards/streets-sidewalks/public-rig hts-of- way/background/revised-draft-guidelines. Judgement of the quality of devices furnished will be based upon Quality Guidelines for Temporary Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Temporary Traffic Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, VA 22406-1022. In addition to the standards of the MUTCD described above, the Contracting Agency enforces crashworthiness requirements for most work zone devices. The AASHTL Manual for Assessing Safety Hardware (MASH) has superseded the National Cooperative Highway Research Project (NCHRP) Report 350 as the established requirements for crash testing. Temporary traffic control devices CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHA(2020)SE SP-57 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 16 crash test manufactured atter December 31, Safe y Hardwarepi(MASH iant h the 2cra edition ma Safety of the Manual for Assessing Agency, except as follows: requirements, as determined by the Contracting Ag control device does not exist 1. In situations where a MASH 16 compliant traffic traffic control device manufactured after and there are no available traffic cconttrol devices that were manufacture on or before December 31, 2019, then:350 or December 31, 2019 that is compliant with eHa ware SMASt H C)9) is allowed edition of the Maoval of the Engineer. Safetyual for Assessing for use with app anufactured on or before 2. Temporary traffic control devices that were tested to National Cooperative NCHRP) Report 350 or MASH 09 may continue December 31. 2019, and were s lly Highway Research Program to be used on W SDOT projects throughout their normal service life. ones, 3. Small and lightweight channelizitog posts, and plastand delineating ic drums,ishallmeet,the tubular markers, flexible delinea p or MASH 1B, as detenn ined fequirements of either NCHRP 350, MASH 09, by the manufacturer of the device. determination of crashworthiness Elie signals, area lighting supports, and 4 p, facceptance ptance of trailer -mounted devices such as arrow displays, temporary traffic is currently not required• portable changeable message signs or marginal Guidelines far Temporary Traffic Control Devices, The condition of signs and traffic control devices shall be acceptable' er. The as defined in the book Quality G by the Engine n the condition of a sign or traffic control device shall be and will be accepted based on a visual inspection e unacceptable shalt be Engineer's decision Q final. A from artraffic control oand repllaced within ermined hours of notification. removed from theproject 1-10.3 Traffic Control Labor Procedures and Devices 1-10.3 1 Traffic Control abor (Feb 3, 2020 CFW GSP) Section 1-10.3(1) is supplemented with the following: off -Duty Uniformed Police Officer b the -du uniformed police officer will be re otherw seedeehmedgnecessary by in Off-duty flashing mode or is not operational Or when Project Engineer. Contractor shall coordinate and obtain approval for the use of orf -duty police officers Engineer. Off-duty police officers will be� �} bear aiddit a to all other with the 9 police officer hours for any shift worked. The off-duty personnel required for traffic control. are the City's The Off-duty uniformed police officers hours. as stated in the proposal e. without knowledge of the contractor`saspecif method for all bidders.d esbmat purpose of providing common has been presented for the perp ANNUAL PIPE REHABILITATION PH2020) CITY OF FEDERAL WAY PROJECT #288 SP -58 CFW SPECIAL PROVISIONS VER 2020.046 erl scheduling of off-duty officers. Contractor schedule officers when Possible. Contractor is responsible for the prop Y shall provide a minimum 48-hour y ha ges assessed due to insufficienttimein Contractor shall be responsible for y ide of the Gontractor's co canceling off-duty officers, except in situations outs Below is a list of optional resources for securing off-duty officers. Off -du Officer Resource List Federal Way Police department King County Sheriff's Officers Washington State Patrol Officers (253) 835-6701 or (253) 835-6700 (206) 957-0935 ext 1 (425)401-7788 1.1 Q,3 1 Traffic Control Labor (December 2, 2010 CFWG SP) with the following: uniformed police Section 1-10.3(1) is supeof off-duty The City shall reimburse the Contractor for theper Standard Specifications 1-09.6 officers at the invoiced cost with no mark-up Force Account. al system is in Off-duty uniformed police officer will be required errwiseede the mednecessary by the flashing mode oris not operational or when ❑ Project Engineer. 253 835-6701 or (253) 835-6700 Federal Way Police Officer Requests (253) 835-6851 SaturdaylSunday cancellations Federal When scheduling off-duty uniformed police officers fivers must befcon acted fi first" city of Federal Way Police Department (CFWPD)King County Sheriffs Officers or If CFWPD cannot fill the jab, off-duty State Patrol Officers are allowed r a pe m sisriontt ew i k extra duty ty of Federal Washington Way but must receive the CFWPD Chief'sprior or private companies are work within the Gity of Federal Way without and fill the Contractor's request. No other agencies authorized to perform off duty ct-s ecific approval from the CFWPD Chief or their designee. Lynette Alen prate p (253)835-6701- The use of off-duty uniformed police office Of Federal Way Police department's guidelines shallbebDll�sccordance with the City ntire uration of as it was he The Contractor will be billed for ontractor drequested an officer for8 hours fo requested. For example, if th and the job was completed in 4 hours, the Contractor will still be billed e uest for off-duty police officers. the entire 8 hours. A minimum of three (3) hours call out time shall e e paid by the Contractor far each q If a job is cancelled with less than imum. It no If be Cthe trContractlor's required to pay a 3 hour mmi responsibility to arrange a work sch ul oormcalinlout areqadditional i emen requirement. costs ll be alloweo incurred by the minimum three () reimbursement of any portion of the minimum callout wi ANNUAL PIPE REHABILITATION PH SE 3 CITY OF FEDERAL WAY PROJECT #288 SP -59 CFW SPECIAL PROVISIONS VER. 2020.046 where Contractor -made schedule revisions occur after an off-duty officer has been procured. The Contractor's request for a police officer does not and ill get one. The Contractor must provide the date(s), times, }ante o other details of their request and the CFWPD will put the lob out.to the officers. Whether an officer signs up far it depends on many especially their availability on the day requested. The more advance notice provided by thl Contractor, minimum of forty-eight (48) hours e more likely it is that the job will shall be made a filled. Requests 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 lso get pulled off the job if he/she is required to project. An officer may a appear in court. eaks and lunch according to the Federal Labor officers must be given br Standards Act (FLSA). 1-10.4 Measurement 1.10.41 Lum Sum Bid for Project No Unit Items (August Z 2054 W'S[]O'T GSP, opTION 1) Section 1-10.4("1) is supplemented with the following: Traffic Control", lump sum. The proposal contains the item "Project Temporary The provisions of Section 1-10.4(1) shall apply - 1 -10.5 Payment 1-10.5 2 Item Bids With Lum Sum for Incidentals with the Replace Construction Signs ninth hClass K, per u p sum. G END OF DIVISION 1 ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY 20) PROJECT #288 SP -60 CFW SPECIAL PROVISIONS VER. 2020.04B DIVISION 2 EARTHWORK 2-017,RU15BINg. AND[ IDE1=AN P '2.01.1 Descri tion (March 13, 1995 WSDGT GSP, OPTION 1) Section 2-01.1 is supplemented with the following: Clearing and grubbing on this project shall be performed within the following limits: shown on the plans. Clearing shall Limits for clearing & grubbing shall be as include removal of trees as noted on the plans or as directed by the Engineer to accommodate the improvements. Tree removal shall include removal of stumps and/or grinding of stumps to a depth at least two feet below finish grade. 2-01.3 Construction Re uirernents 2-01.3 3 Ciearin ence (April 12, 2018 CFl.'rmit FW GSP) Section 2-01.3(3) is a new section: Clearing limit fence shall be 4 -feet high, orange, high density polyethylene fencing with mesh openings 1'/z -inch by 3 -inches nominal and weigh at least T oz. per linear foot. Either wood or steel posts shall be used. Wood posts shall have minimum dimensions of V.? inches by 1'/z inches by the minimum length of 5 feet, and shall be free of knots, splits, or gouges. Steel posts shall consist of either size No. 6 rebar or larger, ASTM A 120 steel pipe with a minimum diameter of 1 inch, U, T, L or C shape steel posts with a minimum weight of 1.35 lbs./ft. or other steel postsac 9 equivalent strength and of the support posts shall bbending max mum of 6% feet. sizes listed. The spacing p9 2-01.3(4) RoadsideCleanu (January 5, 199a WSDOT GSP, OPTION 1) Section 2-01.3(4) is supplemented with the following: The Contractor shall restore, repair or correct all portions of the roadside or ere unavoidably damaged due to the performance or adjacent landscapes That w installation of the specified work. Unavoidable damage shall be determined only by the Engineer. All materials utilized shall hbe Standarddance Specif cations olro Special e in a and 9-15 and other applicable sections o provisions, whichever may apply. All work shall be performed in accordance with Sections 8-02 and 8-03 and othContractor- shallllrreview theapplicableworktions of the Standard wth the Engineerand Specifications. The receive approval to proceed prior to commencing the work. 2-01.4 Measurement {April 12, 2098 CFW GSP} Section 2-01.4 is supplemented with the following: "Clearing and Grubb o l o Il be the Clearing asured on a l ng Limit Fence shallbe included in the Clearing sum basis. Installation, maintenance, and removal and Grubbing bid item. "Roadside Cleanu a' , will be measured by force account. ANNUAL PIPE REHABILITATION PHAUZU) CITY OF FEDERAL WAY SP -61 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 2-01 LPAYMent (April 12, 2098 CFW GSP) Section 2-01.5 is supplemented with the following: "Clearin nd Grubbi, lump sum. "Roadside Cleanu " force account. 2-02 1EM VA DF STR CTURIES AND OgSTRIlCTIDNS 2-02.1 Description (September 30, 199b 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 Re uireMents (February 17, 1998 W'SDOT GSP, OPTION 9) Section 2-02.3 is supplemented with the following: Removal of Obstructions The Contractor shall remove and dispose of all items shown in the plans and other minor wing partial list of items to be items necessary to complete the work. The follo and disposed of is provided for the convenience of the contractor. The contractor shall removed review the plans, specifications, and project site to verify other items to be removed. Items to be removed include, but is not limited to, the followin ITEI►AS TO BE RI=MI7VED FOLLOWING:IS NOT LiMiTED TO STATION I OFFSET 27620 25TH DR S 28627 26TH AVE S REDONDO WAY S 24_04S 296TH PL i� 20TH APES & S 22822ND ST — 29225 2ND AVE SW — ITEM DESCRIP I tura THE QUANTITY Remove 12" Concrete Storm 12 LF Pip— _Storm 1 Remove 12" Concrete 30 LF Pipe Remove 30" CMP —— —�32 8 LF —_ — ------ Remove 30 " CMP LF _ — +-4LF Remove 8" Concrete Storm _ Pipe —_ — — _. Remove 12" Polyethylene 8 LF Pipe--1—--— Removal of pavements, curbs, sidewalks, concrete, and driveway approaches are included in the "Roadway Excavation Incl. Haul" bid item. 2 02.3 Construction Re uirements 2-02.3(3Removal of Pavement Sidewalks Curbs and Gutters (April 12, 2018 CFW GSP) Section 2-02.3(3) is supplemented with the following: th sawcut to Prior to rehevalreasp ofpavementremovalofromalthoseeareasl of ppavement to delineate CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 020) SP -62 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020 048 remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Removal of pavement, curbs, gurs, "Roadway Excavatthin the ntire ion incl. Haut" ineacc❑rda cct limits e lwiitth measured and paid s Section 2-03. 2-02.3(4) Removal of praina a Structures {April 92, 2098 CFW GSP) Section 2-02.3(4) is a new section: Where shown in the Plans or where designated nd t aEngineer, other drmage features shall remove existing catch basins, manholes, pipes, in accordance with Section 2-02 of the Standard Specifications. Removal shall be conducted in such a manner as to prevent damage to surrounding facilities including any existing storm sewers, sanitary sewers, electrical conduits or other facilities to remain. All remaining facilities including but not limited to storm sewers, sanitary sewers, monuments, valves, vaults, and electrical conduits damaged due to the Contractor's operations shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Contracting Agency. Catch basins, manholes, and other drainage structures designated for removal, including all debris, shall be completely removed. All removed catch basins, manholes. and other drainage structures shall become the property of the Contractor and shall be disposed of in accordance with Section 2-02 of the Standard Specifications. All undamaged frames, grates, and solid covers in a re - useable condition shall become the property of the City of Federal Way and shall be delivered to a location specified by the Engineer. Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb and gutter surrounding the structure required for removal will be f the catch e, or Other drainage es incidental structures. Satwcuts shall be the in accordance with Section 2} 02 of these drainage structu Special Provisions. Backfilling of catch basins, manholes, pipes and other drainage structures to be removed and replaced shall not be performed until the new structure is installed and shall be in accordancewith Section 7-05. Backfilling of a structure to be to the construction and installation of the replaced shall be considered incidental new catch basin, manhole, or other drainage structure. Backfilling of catch basins, manholes, pipes and other drainage structures to be completely removed shall be performed using gravel borrow paid in accordance with the Bid Schedule. Prior to backfilling any voids, the Contractor shall remove pipe as noted in the plans. Pipe shown to be abandoned or ordered by the Engineer to be abandoned shall be filled with CIF in e accordance e th considered indentaifand the Standard Specifications. Plugging pipe shall b included in the pipe removal and no additional payment will be made. The Contractor shall maintain existing drainage, where designated by the Engineer, until the new drainage system is completely installed and functioning. ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY (20 20) SP -63 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 x -0x.3 5 A(!'ust Eyistis� Utiiit to Grade SSP) catch (April 12, 2048 CFW usted to 2-02.3(51 is a new secttiOn: existing utilities such as monuments, manholes, As spawn in the Plans and meter boxes shall be aany work. rates, water valves, inning basin frames and g riar to the be finished grade. The Contractor shall, Plocations. The Contractor shall adjust familiarize himself with the existing utility rior to paving the Final adjustment shall be smoothutilities fp4ush with finishedd City -awned utilities. Fspecial Provisions an provided for in the Sp oordinating the work grade. The Contractor � helrwi5ek pthe location of dna new surface. Un1e utilities to grade, Proposal, casts for adjusting Prop .. s shall be incidental to the various items of work an with other utilitie in the additional compensation will be allowed, rade as shown adjusted to the finished bogx, ring, grate, and cover Existing facilities shall be eCi rade. s and as further specified herein. Existing to the Drawing ions. Any damage occurring due to a careful and workmanlike manner to conform to the ne shall be reset In , erase. trete inlets, monument Gases, valve boxes. or water mom Special care shall be exercised In all oPatir, at the Contractor's own exp manholes, con shall be rep or cement, and the the Contractor's operations, bricks, concrete t31DGks, All covers and Adjustments shall be made using responsible for f the manhole adjustment dh The eCont actor shall thenholes, catch interior o hl cleane record of such references of a m frames shall be tharoug Y referencing and keeping a and valve boxes encountered, and steal basins, monument cases, meter to the ineer- submit a COPY of these references to the Eng valve boxes monument cases, meter boxes, and catch basins, Final restoration The manholes, manner: dusted to grade m acCorda farm d inter following wing to shall be adjusted of finished grade surfaces shalt bprovide a 6 -inch -deep and 6 -inch -wide concrete 1. Within a Gravel Surface: collar installed and restored with 3 inches of crushed surfacing op course. to Course backfin and 2_ Within a Grass Surface: A oa seed,teed surfacing P standard 3'inches Of Topsoil Type n Asphalt Cement Concrete Paved Surface: See City 3, Witail a Adjustment. detail for Utility 2-02 3 g Existin Utilities to Remain orted in place in (April 12, 2048 CFW protected and supe 2-02.3(0) is a new section: Utilities indicated to remain shall be repaired Or replaced to the Utilities indicated it the Pear in functional and un to damaged. such a manner that they at c additional cost. that are damaged as a result Of encyaGtor s activity satisfaction of the Contracting g 2-)2.4 uracarst(2020) ANNUAL PIPE REHABILITATION PHT #288 PROJEC CITY OF FEDERAL WAY SP -64 CFW SPECIAL PROVISIONS VER. 2020.0413 (April 12, 2018 CFW GSP) shalt be deleted and replaced with the following: Section 2-02.4'�acant removal. 2"02'4 Measurement be measured by the linear foot for pavement Sawcufiting per lineal foot. "Remove Existing Storm Sewer Pipe" will be measured 2"02.5 Pa ment GSP} bid items (April 12, 2018 CFW Section 2-02.5 is suppiemented with the following: will be made in accordance with Section 1-04.1 for the following Excavation Class payment Structure when included in the proposal: sum - •Removal of Structure and Obstruction", lump the removal included in this bid item B forl of items shall be considfor utility and stormwater ,,Sawcutting" per linear foot. Sawcutting necessary installation are incidental to the measurement and payment of those contract items. "Remove Existing Catch Basin", per each. "Remove Existing Storm Sewer Pipe", per linear foot. TEMBA K 2-03.2 Pavement Removal (Apri)12, 2018 CFW GSP) Plans or where designated by the Engineer, the Contractor shalt Section 2-03.2 is replaced with the f°Ilawing: pavement, sidewalks and curbs. Where shown in the P of remove asphalt, concrete, Portland cement concrete p ineer shall approve e Contractor shall make a full -depth s;, The Engineate the area -,from Prior to removal, the avement to pavement removal from those areas of p stream or storm sewer system - d procedures used to make the f � areipth sawcut. Nom sewer wastewater the equipment an the sawcutting operation sl -,ail be released direect ctly to for pavement removal, Alternatively, the Contractor may appropriate. ent shall become the property of the Contractor and shall e The removed pavem portions of the pavement to remain, due to Damage caused top the Contractor at the Contractor s removed from the project, enation, shalt be repaired by the Contractor's op expense and to the satisfaction of the Engineer.utters throughout the project shall be Removal of pavement, sidewalks, curbs, and g went will and aid as "Roadway Excavation Incl. Haul" and no additiona pay measured a p be made. 2,03 3 Construction Re augments Section -2018 CFW GSPj Selerted Material (April 12, lamented with the following: Section 2-03.3(10) is supe ANNUAL PIPE REHABILITATION PH 202 ) CITY OF FEDERAL WAY PROJECT #288 SP -65 CFW SPECIAL PROVISIONS VER. 2020.046 ngineer Selected Material when specifiedor required specified enE Section f9r03 03.14(3)use tfor project shall meet the requirements Common Borrow. Section 2-03.3 14 G Backfilling (April 12, 2018 CFW GSP) Section 2-03.3(14)G is supplemented with the following: tions p rior to Remove all water and non compatible embankment soil• Place evanative soils or backfilling or attempting to compactthe Backll all provide import Gravel Borrow as rrequire q 3(14)C Compacd to ting EarthrEmbankmf�ents. embankments in accordance with Method C. Section 2-03.3 14 N Wet Weather Earthwork (April 12, 2018 CFW GSP) Section 2-03.3(14)N is a new section: Earthwork completed in Wets woeathn mer ae exposure r under eto wet dweath: shall. ach accomplished in small sect-Ionsoil and of section shall be sufficiently small so that the removal of soil shall be eft tun backfill can be accomplished on the same day.ion shall be compacted and exposed to water. Soil that at is toomatewet for al. Gras mpand earthwork removed and replaced with GraVeleriods of heavy continuous rainfall. should not be accomplished during p 2-03.4 Measurement OPTlDIV 2J (March 13, 7995 WSDOT GSP, Section 2-43.4 is supplemented with the following: ation Only one determination of the original ground Measurement for roadway excavation and embankment willl be based on l be made on tt le origprojinal ground elevations recorded previous to the award of this contract. If discrepancies are discovered in the ground elevations, which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. ns of Earthwork quantities will be computed, either e end aaela meor thod or electronic by the finite element processing equipment, by use of the aeg analysis method utilizing digital terrain modeling techniques. Copies of the ground cross-section notes will be available for the bidders inspection, before the opening of bids, at the Engineer's office and at the Region office. furnished Upon award of the contract, copies of the the Engineer. lground cross-sections will be to the successful bidder on request (April 12, 2018 CFW GSP) Section 2-03.4 is supplemented with the following: for iits ay If the Contractor excavates outside the excavat neat -tine it shalslbeacoasidered for the Excavation, Incl. Haul" or performs extra Contractor's benefit and shall be included in the cost of other Bid Items. ANNUAL PIPE REHABILITATION PHASE 02 ) CITY OF FEDERAL WAY PROJECT #288 SP -66 CFW SPECIAL PROVISIONS VER. 2020.048 2-03.5 PamE!nt (Apra 12, 2018 CFW eSmented with the following: Section 2-03.5 is supe Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Roadway Excavation Incl. Haul", per cubic yard. (March 13, 1995 WSDDT GSP, OPTION 2) Section 2-03.5 is supplemented with the fallowing: All costs in connection with the preparation of waste sites and waste deposits shall be included in the Mobilization. 2-09 STRUC URE ?(CAVA I©N 2-09.3 Construction Requirements 2_09.3 1 General Re uirements {March 17, 2020 CFW GS) Section 2-09.3[1) is supplemented with the fallowing: All shoring, including sheeting aid or perform and Ipaotect thecex as alt on I and to worker protection system re q safeguard the personnelwho , feet orbmore y the Contractor, if workers any trench or other excavation four in depth that does not meet ethe orpd Pit requirements as generally set forth in Section 2-09.3(3)B, it shall The Contractor alone shall be responsible for worker safety, and the Contracting Agency assumes no responsibility therefore. Upon completing the Work, or di Contractor t the Eng n meove r. all shoring, unless otherwise shown on the il The Contractor is advised that ro be, Contracting t each excavatonency as not so system safety expert and the Engineer does not purport not so engaged in that o enforce const ruction Contract, laws, neither t city under this rulesreglat ons,r+or nor the responsibility t of work for claimed violations of trench procedures, or to order the suspension excavation safety. The furnishing by the Contracting Agency of resident project representation and ake the Contracting Agency responsible for the inspection shall not m enforcement of such laws, rules, responsible regulations, for pro constructionceduresnmea sll' s methods, the Contracting Agency techniques, sequences. procedures, or for the Contractors failure to properly perform the Work necessary for proper trench excavation. 2.09.3 1 p pis oral of Excavated Material {March 17, 2420 CFW GSP} Replace the third paragraph with the following: ANNUAL PIPE REHABILITATION PHASE � CITY OF FEDERAL WAY SP -67 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 If the Contract includes Structure Excavation, Class A or B, including haul; Shoring or Extra Excavation, Class A or B; or Trench Safety System, the unit contract price shall include all costs for loading and hauling excavated materials to a permitted disposal site, or to and from a temporary stockpile. Any such stockpiled materials, either suitable or designated for incorporation into the project, shall be handled in accordance with Section 2-09.3(1)E. 2-t19 3L E Backfitii g (April 12, 2018 G1 -VV uSP) The first paragraph of Section 2-09.3(1) is replaced with the following: The backfilling of openings dug for Structuresof and Removalc ental to Structures and Obstructions shall be a necessary part the excavation. Backfill material shall be Gravel Borrow unless the use of native or other material is approved by the engineer. g-09.3gi Construction Re uirements Structure Excavation Class A 2-09.3(3)F Trench Safety 5 terns {March 17, 2020 CFW CSP} Add the following new subsection: e all materials, labor, and equipment The Contractor shall provid necessary to shore trenches to protect the Work, and existing improvements and natural features not designated for removal, and to provide safe working conditions in the trench. The Contractor may elect to use any combination of shoring and overbreak, tunneling, boring, sliding trench shield, or other method of accomplishing the Work consistent with applicable local, State, or Federal safety codes. If workers enter any trench four (4) feet or more in depth that does not meet the open pit requirements of Section 2-09.3(3)B, the xcator anon shall be shored as provided in Section 2-09.3(4). The shall be responsible for worker safety, and the Contracting Agency assumes no responsibility. Upon completing the Work, the Contractor shall remove all shoring unless the Plans or the Engineer direct otherwise. Shoring to be removed, or moveable trench shields or boxes, shall be located at least two and one-half (2-112) pipe diameters away from metal or thermoplastic pipe if the bottom of the shoring, shield, or box extends below the top of the pipe, unless a satisfactory means of reconsolidating the bedding or side support material disturbed by shoring removal can be demonstrated. Damages resulting from improper shoring or failure to shore shall be the sole responsibility of the Contractor. The furnishing by the Contracting Agency of resident project representation and inspection shall not make the Contracting Agency CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 0) SP -68 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 responsible for the enforcement of such laws, rules, regulations, or procedures, nor shall such make the Contracting Agency responsible for construction means, methods, techniques, sequences, procedures, or for the Contractor's failure to properly perform the Work necessary for proper trench excavation safety. 2-09.4 Measurement (March 17, 2020 CFW GSP) Section 2-09.4 is supplemented with the following: Shoring or Extra Excavation Class B will be measured for payment only when the excavation is four -feet (4') or deeper. No unit of measurement shall apply to the lump sum price for "Trench Safety System". 2-09.5 Pa rill —en t. {March 97, 2020 CFW GSP} Replace the fourteenth paragraph with the following: The unit contract price per square foot for "Shoring or Extra Excavation Class B" shall be full pay for furnishing, placing, moving, and removing temporary shoring, or equivalent trench stabilization and worker protection system, and for all excavation, backfill, compact, and other work required when extra excavation is used in lieu of such temporary shoring or equivalent trench safety system. If select backfill material is required for backfilling within the limits of the excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. (March 17, 2020 CFW GSP) Replace the fifteenth paragraph with the following: "Trench Safety System", lump sum. If there is no bid item for Shoring or Extra Excavation, Class B on a square foot basis and the nature of the excavation is such that shoring is required then the lump sum contract price for "Trench Safety System" shall be full payment for: 1) All temporary shoring or equivalent trench stabilization including all design and engineering fees. 2) Furnishing, constructing, and removing all temporary shoring or equivalent trench safety systems. END OF DIVISION 2 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 0) SP -69 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 3-01 PRODUCTION FRCDM QUARRY AND PIT SITES 3-01.4 Contractor Furnished Material Sources 3-011.40) Ac uisitian 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 ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -70 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 DIVISION 4 BASES gr04.3 Construction Re uirurn, s 4-04.3 31 MtxIn material will (April 12, 2018 CFW urn, placed with the following:Surfacing Item 2 of Section 4_04.3(3), is rep 2. Road Mix Method -The road mix method of mixing not be allowed. 4-04.3 placin and S readin (April 1z, 2018 CFW GSP] surfacing material will item 2 of Section 4-04(4), is reel Theed 'r� d mixomethod of mixing 2. Road Mix Method The be allowed. 404 5 Pa meet acting, (April 12, 0475 CFW GSP} shall also include comp Section 4-2415 is supplemented with the following: waste when required by the Engineer. The unit contract price for 6oa4last and Crushed Surfacing and removing and hauling END OF DIVISION 4 ANNUAL PIPE REHABILITATION PHt� 20) 3 CITY OF FEDERAL WAY SP-7`1PROJECT #288 CF W SPECIAL PROVISIONS VER. 2020.046 DIVIsi0N 5 SURFACE TREATMENTS AND PAVEMENTS _4 i P T {���� '1g, zplg gPWA CS�'j halt and replace it with the following: Delete Section 5-04 and amendments, Hot Mix Asp 5-04.1 ❑escri tion providing and placing one or Jance more layers of planec ficatiomixed ns and } This Work shall consist of base in HMA on a prepared foundation or ass sections shown inithe Plans. th these The manufacture asphalt (HMA) typical rocesses in accordance with these the fines, grades, thicknesses, and sphalt (WMA) p of HMA may include warm organic additives, chemical additives, and foaming. Specifications. WMA Processes include halt binder and mineral materials as may be required, mixed in as HMA shall be composed of p eneous, stable, and workable mixture. the proportions specified to provide a homog 5.04 2 Materials sections: Materials shall meet the requirements 9 02 1(4) wing Asphalt Binder halt 9-02.1(6) Cationic Emulsified Asp 9-02.4 Anti -Stripping Additive 9.02.5 HMA Additive 9_03.8 Aggregates Recycled Asphalt Pavement 9.03 8(5) Mineral Filler 9-03.21 Recycled Material 9-01 Portland Cement 9-03.1(2) SandC for crack sealing) (As noted in 5-04.3(5) 9-042 Joint Sealant g-Q4.2(3)A Foam Backer Rod required for the establish that the various mineral materials reg If the The Contract documents may art by the Contracting Agency. be furnished in whole of these mineral materials by the Contracting manufacture of HMA bush the furnishll ing of any or in p documents do not establish e required to furnish such materialsinthe amounts nd unts refiller. for Agency, the Contractor shall the designated mix. Mineral materials include coarse and fine aggregates,halt pavement (RAP) in the production of The Contractor may choose to utilize recycled aspor pavement RAP may be from pavements removed under the Contract, if any, HMA. The stockpile. material from an existing percent RAP by total weight of HMA with ue ay ofoon The Contractor may use up to 20 p {ed and tested at a frequency halt of the RAP. The RAP sh�rll be same les per project. The asp sampling or testing l encr when submitting the sample for every 1.000 tons produced c d and e less the Contracting p 9 content and gradation test datafe hall C)Pl-. The Contractor shall include the RAP as part of the mix mix design for approval on design as defined in these Specifications. ANNUAL PIPE REHABILITATION PH 202 ) CITY OF FEDERAL WAY pROJECT #288 SP -72 CFW SPECIAL PROVISIONS VER. 2020.04B The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with The Ca total weight of HMA. The Contractor shall submit to the Engineer for 20 percent or less RAP by a ss that is proposed and how it will be used in the manufacture of HM - Pproyal the proce ts of Section 3-01. Production of aggregates shall comply with the requiremen ite, the stockpiling of aggregates, and the removal of aggregates from Preparation a lstockpile comply with the requirements o Section 3-02. stockpiles shall comply 5-04.2 1 How to Get an HMA Mix Desi n an the QPL If the contractor wishes to submit a mix designor lin Standa d Spclusion in the ecification 5-04.2(1) List (QPM), please follow the WSDOT process outlined 5-04 2 i A Vacant 5_1j4.2 2 Mix deli in riarb{ nin to the app o alto the mixlEngineer. design by the No paving shall beg p N onstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. for er classes MACommercial evaluation will be used for Commercial HMA roaches, ditdches�tslopes pathsfisa s, in the following applications: sidewalks, road app plications of HMA accepted gores, prelevel, and pavement repair. othapproved by thenonstructUrProject Engineer. Sampling and by commercial evaluation shall be as app testingof HMA accepted by commercial evaluation will be a# the option of the Project by Engineer. The Proposal quantity of HMA ehdeterminapando na�sta stieal evaluation. al evaluation will be excluded from the quantities used int the contractor Nonstatistical Mix Design. Fifteen days prior to the first day paving. shall provide one of the fallowing mix design verification certifications far Contracting Agency review; The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications list ed The proposed HMA mix design on W SDIO en ed W 350-042 s Qington St to Professional nature) of a valid certification (stamp &sig- ualified Engineer- . The Mix Design Report far the withinsed HMA mix one year of the approval date.* y a q City or County laboratory that The mix design shall be performed by a lab accredited by a national authority suchThe as Laboratory Accredita-tion Bureau, L-A B for CMEC' )�aISO Materials17025 or AASHTO Construction Materials Engineering COU i evidence of participation in the AASHTO. Accreditation Program (AAP) and sali supply resource proficiency same program. ANNUAL PIPE REHABILITATION PHASE 02 CITY OF FEDERAL WAY PROJECT #288 SP -73 CFW SPECIAL PROVISIONS VER. 2020.046 Mix designs for HMA accepted by Nonstatistical evaluation shall; Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). Have anti -strip requirements, if any, for the proposed mix design determined in accordance with AASH283 or s WSDOT�ab teson ltinglc anti -strip and aggregate source compatibility mix gns At the discretion of the Engivaefica ion date with a certification may accept dfrom the (Contractor that r than 12 months from the original the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be based an a review of the T 324 evaluation s not required) or a Mix Design tal of WSDOT Form 042 (For from the commercial mixes, AA5HT0 current WSDOT QPL or from one of the processes allowed nnot is se ti n, Testing of the HMA by the Contracting Agency for mix design app rovall select a class of HMA For the Bid Item Commercial HMA ,le Axle Loads (ESRC s) ap�the Contractor lropriate for the required usend design level of Equivalent Sing 5-Q4.2 2 B Usin Warm Mix As halt Processes The Contractor may elect to usaid e o additives producing t redoAdditives ce the tinctude organic addiimum mixing tives, or serve as a compaction chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(5) in the production of mixtures. • Before using additives, obtain the Engineer's approval using WSDOT Form 350- 075 to describe the proposed additive and process. 5-04.3 Construction Re uirements 5 x4,3(1] Weather Limitations Do not place HMA for wearing course on any Traveled Waybeginning October 1st through March 31st of the following Y�awitho without concurrence from hEn9ineer Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum_ Surface Temperature for Paving —� Wearing Course Other Courses — — Compacted Thickness (Feet) 9 — J-- � -- ---- — ---h— — — 45aF Less than 0.10 55-F ANNUAL PIPE REHABILITATION PHAU20) CITY OF FEDERAL WAY SP -74 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 � 0.10 to .20 45-F 35-F � More than 0.20 L35 -F 35-F 5-04.3(2) Ravin i 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 the d f r t Engineer minimum time required to place and compact the mixture. In hot weather, may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8- 23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3 3 E ui ment 5-04.3 3 A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder - Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment - An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shalt 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. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH OZ SP -75 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 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. 5-44.3 3 B Hauiin E ui ment 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 eture forecast include, load n exceeds 30 m nutes, the pco ver shall be secu ely attached to protect ss than 450F or when time from loading too un g 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, or live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-�43P33C Pavers Hvers shall be self-contained, power -propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMR paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturers recommendations and shall effectively produce a finished surface of the required evenness and texture e without tearing, shoving, segregating, ar gouging the mixture. A copy of manufacturer's recommendations shall be provided upon request by the Contracting CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 0) SP -76 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shally for satisfactory and ll all pins, brackets, tensioning devices, operation of the automatic control equipment. and ry accessories necessary If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. Q Material Transfer Device or Material Transfer Vehicle A Material Transfer DeviceNehicle (MTDN) shall only be used with the Engineer's approval, unless other -wise required by the contract. Where an MTDN is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTDIV shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. from the haul vehicle or pick up HMA from a windrow. 3. May accept HMA directly by the hauling equipment and p 4. Shall mix the HMA after delivery prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY (20 20) SP -77 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 To be approved for use, an MT© aver. positively connected to the p ick up HMA from a windrow - 1. Shalt be pvehicle equipment and prior to HMA directly from the haul v t�°�{ haul 2. May acceptafter delivery by 3 Shall mix the HMA machine, erature throughout the placement into the p to obtain a uniform temp 4. Shall mix the HMA sufficiently mixture. or neumatic tire type, in good ��04.3 Rollers osc"atory, p enation of the roller shall be Engineer without backlash- DP the Eng l wheel, I Rollers shall beaaae e f the reversing \Nttt mendations. \Nhen ordered ide a copy of the condition and P the Contractor shall P action of HMA. The Pro ect, Bance accordance with the manufacturers the use of that roller for comnpactio in comp for any roller planned far use on the p 1 act the that results in manufacturer's recommendat�an for The use of equipment producing pickup, washboard, umber and weight of rollers l 5 04 Obe nt to cos undesirable n requirements of Section Rolle p with the req will not be permitted. crushing of the aggregate e surface, displacement of the mixture or other un es uneven compaction of th results shall not be used. the Contractor shalt 5_p4.3 4 Pre oration df Existin aing Pveme tt Or D d anithaved Surfaces e Plans ❑r approved by the VVI-len the surface of tradexand cross-section as shown bring it to a uniform g laCed may be Engineer. is to be P a mas Of uneven or broken surfaces ovotor patrol grader. or by hand raking, ver which HMA Preleveling ing an asphalt paver, accomplished by us approved by the Engineer, Engineer and may ng HMA shall be to the satisfaction o sf repneumatic rollers to Compaction of preleveling late compactors, equipment. Equipment used the compaction eq p ineer. require the use of ss preleveled ha etas rollers t e approved by the Eng avoid bridging across Q for the compaction of preleveling HMA Shall P Paved surface, the entire surface of the in s. and other on an existing P atches, grease dripp g ,andpavement. All Before construct'on of HMA Alf fatty asphalt P from the existing entirely removed sail. pavement pavement shall be hl cleaned of dust, objectionable master shall fa r. Alf holes and small depressions shall be filled with pave or bituminous sur shall be and atched area shall be leveledo�nQ P the condition grindings, and other foreign The surface of the p or ovine, an appropriate class of HMA- licatlon of tack coat, p acted thoroughly. Prior to the Engineer. comp by course of HMA the surface shall be approvedPaved lied to all paved surfaces on which Glean, haft shall be applied be omitted from clean, newly op over A tack coat of as except that tack coat may is to be placed or abutted; Engineer* Tack coat shall be uniformly applied bare s at the ts discretion of the En i of residual asphalt free of streaksnal The ra ate surface and of retained asp the existing pavement with a thin allans per square Y the Engineer. a heavy application of tack coat shall e at a rate between hbe approved bye application AtslNUAt ptFE REHABILITATIDN FH 2020) pRpyEC7 #288 CIiY OF FEDERAL WAY SP -78 CFW SPECIAL PROVISIONS VER. 2020.048 open to traffic, the application of tack coat shall be applied to all joints. For Roadways p the same working shift. The spreading limited to surfaces that will be paved during equipped with a thermometer to indicate the temperature of the tack equipment shall be cast material. Equipment shall not ap crate on tacked surfaces until the be �pai�edr prior to placement the Contractor's operation damages the tack coat it shal of the HMA. halt. The CSS -1 and CSS -1 h art water The tack coat shall be CSS -1, or CSS -1h emulsifat a rate asp temperature such that asphalt may be diluted once with water shall have sufficient temp d one p emulsified p ecified rate of application and shall not exceed the to one part emulsified asphalt- The tack coat halt manufacturer. it may be applied uniformly at the sp the emulsified asp maximum temperature recommended by 5-04.3 4 A Crack Sealin 5-04.3 4 A"1 General odes a pay item for crack sealing, seal all cracks'/4 inch in width W hen the Proposal incl and greater. clean, dry and free of all loose and foreign compressed air lance to dry Cleaning: Ensure that cracks are thoroughly pre s filling a crack with material when filling with crack sealant material. Use a hot camp ars. Routing and warm the pavement surfaces within thecpavement- Da notimmerackduseedi direct flame dry the sealant material. Do not overheat cracks is not required. thoroughly mix the Sand Slurry: For cracks that are to be filled with sand dadslurrinsure the mixture will he mixture into the cracks until full. Add o deitionai CSS -1 cationic components and pour t as needed for workability pavement emulsified asphalt to the sand slurry flush with the existing etely illed with completely fill the cracks. Strike off the San cracks that were not fully cured. surface and allow the mixture p ace the HMA overlay until the slurry has additional sand slurry. halt, The sand slurry shall consist of approximately 2D percent CSS -1 emulsified asp The components shall be thoroughly percent nsist Of cement, water (if require equired}, and the remainder clean approximately 2 p an cracks Class 1 or 2 fine aggregate per section 9-Q3.1(2 After e topped off with additional sand slurry mixed and then poured, into the cracks and�ointspuntil full. The following day, or joints that are not completely filled hall ria shall not be placed until the slurry has slur is placed, the filler shall be struck off flush with the existing pavement cement and the sand slurry I to the Portland c surface and allowed cements The will not app Y fully cured. The req sand used in the sand slurry to fill the cracks. In areas where HMA will be placed, use sand slurry In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks'/4 inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width —fill with. sand slurry. PIPE REHABILITATION PHASE a ANNUAL l CITY OF FEDERAL WAY PROJECT #288 SP -79 CFW SPECIAL PROVISIONS VER. 2020.046 applythe Hot Poured Sealant: Far cracks thatereare to be filled with equirement hotpouredur the sealant,amanufactturers material in accordance with 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 criteria, and application manufacturer's recommended heating time 1and able reheating criteria, allowable storage time and temperatures after initial heating, inion e the Engineer, the temperature range. Confine hot you nt surface. i�anethe optni the crack. Clean any overflow of sealant from the pavemen an Contractor's method of sealing o the cracks with hot poured sealant results in excessive amount of material on the pavement surface, stop and correct the operation eliminate the excess material. 5-04.3 4 AZ Crack Seal n Areas Prior to Pauin In areas where HMA will be placed, use sand slurry to fill the cracks. to be aved 5-04.3 4 A3 erHMAwilllAreas not be placed, fit he cracks as follows: In areas whe A. Cracks'/4 inch to 1 inch in width n widthll fillwithwith sand slu hot pourd sealant - B. lant. B. Cracks greater than 1 inch 5-04.3 4 B Vacant 5.0 4.3 4 C Pavement Repair and The Contractor shall excavate pavement repeirPareas and asalma these with he field.HMA he in accordance with the details shown m thanner that protect the ns in a m Contractor shall conduct the excavation designated to be removed that slldamaged as pavement that is to remain- Pavement not designated a result of the Contractor's operations shall be repaired by the Contractor to the The Contractor shall satisfaction of the Engineer at no cast to the Contracting therw se by the Engineer. The excavate only within one lane at a time unless approved 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 finalnedeterminationi e I be excava40 inchtes unless p pavement shall be required. The minimum width of any pavem shown. otherwise in thePlans. by pavement grinder. atExcavated materials idfele site off the come the sawcut or shall be removedY ty of the Contractor and. shall be disposed of in a Contractor pro properanWay or used in accordance with Sections 2-02.3(3) or 9-03.21. Right t Asphalt for tack coat shall be required as specified in Section 5-D4.3(4). A heavy a lication of tack coat shall be applied to all surfaces of existing pavement in the pp pavement repair area. t of compacted depth may be accomplished fill shall be aoc compacted depth. Lifts that exceed 0.35-foo in lifts not to exceed 0.35- ao Placement of the HMA back ANNUAL PIPE REHABILITATION PHASE 02 CITY OF FEDERAL WAY PROJECT #288 SP -80 CFW SPECIAL PROVISIONS VER. 2020.048 with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3 5 Producin !Stock ilin A re ates and RAP Aggregates and RAP shall be stockpiled according to the req iiierea a olid RAP t{Vtater ail Sufficient storage space shall be provided for each size of aggregatewhen shall be removed from stockpile(s) in a manner to ensure minimal segregation re ate being moved to the HMA la toCth processing have beetle! mthe eed tonal mixture. HMA plant aggregate sizes shall be kept separated u 5-04.3 5A Vacant j- _04. 3i6) Mixin y agent and anti - After the required amountlbeen of lintrc�duced into the mneral materials, axed theHMAshall be mixed until stripping additives complete and uniform coating of trrals particles and thorough distribution of the asphalt binder throughout the mineral mate the mum When discharged, the temperature oshawnof the HonAthe arll not exceeeference m� desigptl rep ri or I ag temperatin the ure by more than 25 Fs re of approved by the Engineer. Alla, when AHMAa WMA tIve shallis innlotded ex eed he umaxi�mum HMA, the discharge temperature of the recommended by the manufacturer lob� the proWMA �liding he water causetive. A maximum s no problems Content of 2 percent in the mix, at discharge, 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 urs after mno event ix ng thehall HMA be rejected. for more than 24 hours. Rejected HMA shall be HMA held, for more than. 24 hThe storage disposed of a the accessible device locatedontractor at no expense to the at the op Contracting coneeor about the third facility shall have an accessible point. The device shall indicate theamount thenHMA inasto alge isstorage. below the top of theshall cone accepted from the storage fac y of the storage facility, except as the storage facility is being emptied at the end of the working shift. ll be prior Recycled asphalt pavement (RAPiformannd thoroughly mixed MA is phe production of HMA roduced.if the e to entering the mixer so that a u is evidence of the recycled aspha pavement mrnit7edia e4yasu pend the use of the eRAP until mixing of the HMA, the Co changes have been approved by the Engineer. After the required amount of mineral ced into materials, RAP, new asphalt ed until ompleteer and trejuvenator have been and uniform coating of thetpa ti les and the mixer the HMA shall be mixed thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5.04,3 7 S readin and __hit read, and struck off to the grade The mixture shall be laid upon an approved surface, spread, mplying with Section 5-04.3(3) shall be used and elevation established. HMA pavers co ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY (2020) PROJECT #288 SP -81 CFW SPECIAL PROVISIONS VER. 2020.046 to distribute the mixture. un�cau se shalldirected ex exceed the follo'wing� the nominal o# an compacted depth of any layer Y HMA Class 1" 0.35 feet HMA Class 3/<" and HMA Class'/" wearing course 0.30 feet other courses 0.35 feet HMA Class 3/$„ 0.15 feet On areas where irregularities munavoidable ,hepaving may bticalbcmake the beuse done wmechanical other spreading and finishing equipment equipment or by hand. utilized to A, the ial produced for When more than one JMF is beingorate spr ad ding and Mcompacting req equipment. The each JMF shall be placed by P of HMA intermingling of HMA produced t han on Placed during a work shift shall conform to a angle JMF establishede JMF is �o he clasbited. Each s of HMA specified unless there is a need to make an adjustment in the JMF. 5-D4.3 8 A re ate Acce tante Prior to Incor oration in e ate properties of sand For HMA accepted by nonstatistical evaluation the agg g P P equivalent, uncompacted void content and fracture fowill r evaluated accepted accordance oma tial Section 3-04. Sampling and testing of aggregates evaluation will be at the option of the Engineer. 5-U4.3 31 HMA Mixture Accu 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 CommercialHMA did for other claes. sespatf HMA in the following applications: sidewalks, road approaches, 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. MF for the tor may est The mix design will be the initial J tments to the sJMF wof ill require the capp approval ofthed a change in the JMF. Any 1 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 the the approvedJMF limits are determined es. These values by adding the tolerances below to the app will also be the Upper Specification Limit (IDSL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)2 ANNUAL PIPE REHABILITATION PHASE 20� CITY OF FEDERAL WAY SP -82 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.04B Pro ert 1 Non -Statistical Evaluatlan Commercial Evaluation Asphalt Binder _+/-0.5% if Voids, Va 2.5% min. and 5.5°/° max NIA For Aggregates in the mixture: in the a. First, determine preliminary upper and lower acceptance limits by applying following tolerances to themed JMF. Aggregate Percent Non -Statistical Commercial Evaluation Passm Evaluation j ,rand 3/8" sieves ° +/- 8% No. 4 sieve +I -G 1° - +/- 5°/° +/ No. 8 Sieve _ +/-2.0% +1-3.0% No. 200 sieve b. Second, adjust the preliminary upper and louver 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. re ate gradation or 2. Job Mix Formula Adjustments — An adjustment to the f the aggregate Adjustments asphalt binder content of the JMF requires app 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 listebelow. passing the 1'/�", 1", 3f$'. '/? 3/�" and a. Aggregates --2 percent for the aggregateP 9 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 edp o asphalt binder content. The maximum adjustment from the app design for the asphalt binder content shall be 0.3 percent 5-04,3{9]A Vacant 5.04 3 9)B Vacant 5-04.3 3 C Mixture Acce tante — 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)CI 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 bde evaluated collectively. If the Contractor requests a change to the JMF that is app the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublats 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. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH 02 ) SP -83 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sam lin 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 accordancelf HMA IaedHonOa project. f inimum of three samples used n a structural application, uld be at least ken for each clan p 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 discretion 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 — Acce tance 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 27FF 11. 5-04.3(9)C4 Mixture Nonstatistical Evacuation — Pa 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 Adjusbnent Factors Constituent Factor ,If, All aggregate passing: 1%", 1" ' '/i'. '/e' and L No.4 sieves All aggregate passing No. 8 sieve "' All aggregate passing No. 200 sieve20 Asphalt binder all CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE (2020) SP -84 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 Air Voids (Va) (where applicable) i 20 der Nor,statistical Evaluation and having all constituents Each lot of NMA Produced unjob mix formula shall be accepted at the unit falling within the tolerance limits of the 1 n in Table of Price Adjustment e . further evaluation. When one or more constituents fall outside the Contract price with no nonstabstical tolerance limits in the Jab Mix Formula sh e used in the calculation of the evaluated in accordance With Sbection 1-05•2 to determinebackup Factors, the lot shall be ackup appropriate CPF. The nonstatistical tolerance hen shall be tested to provide m CPF shelf be 1.00. When fess than three subtots exist, CPF and the maxima sublots or samples from the Roadway samples of the existing a minimum of three sets of results for evaluation. 5-04.3 gC5 Vacant Mixture Nonstatistited cat Evaluati09 — Price Ad"ustmenwhe ts . 4.3 9 C6 ed under Non Evaluation wi l be determined. 4 The 5 D roduc NCN4F) For each lot of HMA mix p Mix Factor ( �,Q percent. The CPF is less than 1.00, a Nonconforming roduct of the NCMF, the algebraic difference of Cf be astheP by of mix. NCMF equals rice adjustment w rice per to total Sob mix compliance p the quantity of HMA in the let in tans, and the unit Contract specifications, its individual 1 Qp in catculating the Composite Pay Factor (CPF). if a constituent is not measured in accordance with these pay tactor will be considered RRetests To request a retest. the Contractor 5-0G.3 g C7 Mixture Nonstatistical Evaluation -a s after the specific test results have re uest a sublot be retested. lit h the The Contractor rnaY quest within 7 calendar d Y to will be retested, split The shall submit a written o request original acceptance same been received. A splits bait binder as acceptance of not be tested with the same fat on that a Reginal acceptance e accep sample will fete ra le will be tested for a comp 9 will be same The results of the retest will be The cost of testing the option of the agency, �a le test results. the HMA in place e the original ue or that may came due the Contractor under the Contract deducted from any monies at the rate of $500 per sample. 3 g D Mixture Acce tante and having all — Commercial Evaluation 4 roduced under Commercial rmula shall be a cepted at 5 ! HMA r It sampled and tested, job mix o constituents falling within the tolerance limits of the } 4.3 9 When one or more constituents fa con rice with no further evaluation.shown ro riate the unit Contract p nce limits in the Sob Mix Formula the appy P the outside the commercial tolerance samples of the lot shalt be evaluated to accordancelimits with Section 1 t sexist, backup e ierance limits will be used �n ublot alcutation of the CPF an three CPF. The commercial to provide a minimum of maximum CPF shall be f Ooro hen thelstreet shall be tested to p existing sublots or samples ame sets of results for evaluation. (NCMF) will be doted and tested under Co �ixr FalctorEvaluation when the For each lot of HMA le Shan 1.00, a Nonconforming product calculated CPF the algebraic difference of CtPFcalc fated as hle� pied Y determined. The NCMF equalsfiance Price Adjustment will 00 percent. The Sob Mix Cornp (2020) ANNUALPIPE REHA13ILiTAT10N PHASE 3 PROJECT #288 CITY OF FEDERALWAY SP -85 CFW SPECIAL PROVISIONS VER. 2020.046 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 acculatinc thelComposite Pay Fath these ctor (C�individual PF) pay factor will be considered 1.00 in calc4a g 5-04.3 10 LViMA Com action Acce tance HMA mixture accepted by nonstatistical e lu veavirlg t� d speed used 'in #change, nand including a lanes for intersections, 10 ramps, truck climbing, be specified compacted course thicknessgreater rsaecified than0-10400t, of oretativei density compacted be a specified level of relative density. Iauated in nce with Composite Pay Factor (CPF) of not less nimum0.75 when af 92 percent lof the maximumadens ty). Section 1-06.2, using a 4 -SL of 92.0 The maximum density shall in determined willb etermi ed by the evaluation ofOthe de 729. density of specified level of density attained will be the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge e rreland WSDOT SOP 736ll be at the dwhentiousing the Engineer, when using the nuclear density g 9 cares to determine density. ity will be taken ccordance with the Tests for the determination of the pavement required procedures for measurement by nuclear denser gauge loraroadway 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 CSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. or the Roadway cores for density may be obtained by either the Contracting Agbe 4 -inches ency Contractorin accordance with WSDOT SOP 734. Engineers. Roadway cacore ges will the be tested by minimum, unless otherwise approved by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166 b the laced and at If the Contract includes the Bid item � � neer on the samecores day theambeis obtained y Contractor in the presence of 9 locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cares. in at the For a Oat in progress with a CPF less than material c°nfo�minlgboghe Specifcati°rnstcan request after the Engineer is satisfied that be produced. cted under ons HMA mixture accepted by commercial c a�°ed and he bass ofHMA ua test pont evaluation other than those Listed above shall be p tion shall be performed in accordance weio of the compaction train. The testn The number of passes with an approved compactt evaluant instructions from the Engineer - train, required to attain the maximum test point density, shall be used on all su sequ paving. ANNUAL PIPE REHABILITATION PHASE 20) CITY OF FEDERAL WAY PROJECT #288 SP -86 CFW SPECIAL PROVISIONS VER. 2020.048 comp cted. MA that is used for ing HMA for prg shall b shall a ed withal pneumas c Lire roller unless otherwise approved wheel rutting shall be compact by the Engineer. Test Results Far a sublot that has been tested with a nuclear density gauge that did not meet the density th a minimum of 92 percent of the to maxim eduction orrejection the Contractor ction lot I Contractor may CPF below 1.00 and thus subjectprice relative ity of the request that a core be used for determination atiio elativeedensity determined ed by the sublot.The relative density of the core ., w414 rep e 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 �aext p Agencyfterthe he test results for the sublot hast of the Contractor, ve shall be requested by noon of th outside of been provided or made available to thEngineer.otra offs o control shall be prore locations shall vided d by the wheel paths and as determined . by the Contractor as requested by th ithe req est far coresW hen lure by the Contractor to pthe CPFtfor requested traffic control will result in forfeiture of the lot based on the results monies due or that mayhe HMA cores is less become duetthe Contractore cost for tunderrthe will be deducted from any for the cost of the Contract at the rate of $200 per core and the Contractor shall pay traffic control. 5-04.3 10 A HMA Colimoke ace�when the mixture e s al inothe eproper ncondition so that no Compaction sha p undue displacement, cracking, , or shoving by other occurmehan cal inaccessible HMA that compaction equipment shallin becomes loose, broken, contaminated,removed shows ho sran excess aced orith dnewi hot mix thatl shallsbe any way defective, shall be re immediately compacted to conform to the surrounding area. on The type of rollers to be tsedoa� ept Qin, Prov provided lative position specified densities are attaened nce shall generally be the Co Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature`x is less than made that results�n checkingfor cracking mix temperature, a roller shall not be operated n a of the mat. Rollers shall only be operated in static mode on bridge decks. §-04.3[10?B HMA Cstreaks in the tht are ompaction — C clic Densi Low cyclic density areas are defined as spo'sdens than 90 percent of the #heore#ic ty At the Eng neer'snd scaetion lehe r low cycl c density, and hen Engineer may evaluate the HMA pavementcyclic �cDeonsity Prices Adjustment will be asaesgsed for so will followWSDCT 50P 733. A $500 Y any 500 -foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04 3410 C Vacant ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY 20) PROJECT #288 SP -87 CFW SPECIAL PROVISIONS VER. 2020.046 5-04.3001D HMA Non statisti ;at Com action 5-04.3 10 D1 HMA Nonstatistical Com iaction Lots and 5ublots HMA compaction which accepted thebContract ngtical Agencyevaluation dividing will the project i to on acceptance testing performed 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 subiot 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 o attain theneer. The number of maximum test point density, sses with an approved compaction train, required t hall 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. sti ;at The location D2o the HMA compactonCompaction nacceptanceltests will be randomly se cted by the The location Engineer from within each sublot, with one test per sublot. 5-04.3 1 D3 HMA Non statisti cat Com paction — Price Ad"ustments 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,, rate CPF shallhe lot be evaluated in accordance with Section 1-06.2 to determine the appropriate 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) algebraic difference of CPF minus 1 will be determined.percent. The CompactioThe NCCF equals n Price Adjustment will be calculated as h by40peee multiplied by 40 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH 02 SP -88 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 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(l 1Re'ect Work 5-04.3(l 1)A Refect Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04. 1(11)B Reiection b 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. 5-04.30 1 C Rejection Vlfithout Testin Mixture or Cam action 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. 5-04.3 11 D Rejection - A Partiat Subiot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample Vocation. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.30 1 E Re`ection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -89 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 5-04.3(l 1 F Remection - A Lot in Pra rens The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(l 1 G Rejection - An Entire Lot Mixture or Com action An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3[12? Joints 5-04.302A HMA Joints 5-04.3(1211A The Contractor shall conduct Operations such that the placing Of the tap or wearing course is a continuous operation or as close to continuous as possible- Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will coot below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20HAV shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-043(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than % of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 0) SP -90 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 5-04.3(12)B BridgePaving Joint Seals 5-04.3(12)Bl HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Con-struct the sawcut in accordance with Section 5- 05.3(8)B and the manufacturer's application procedure. 5-04.3(12)B2 Paved Pane! Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than 'I$ 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 1/4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -91 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 ed to the finished grade prior to appurtenances such as manhole covers and valve boxes are located int e When utility appurtenances shall be ', r the Contractor, at the traveled way, the utility app Plan or paving. This requirement may be waived when. requested Y f the Engineer or when the adjustment .djusmentst aifter thels idcompletion ot pav[png. discretion a urtenance adjustments specifications call for utility app planning appurtenance adjustment discussiansusive this requirement to the Engineer prior will be included in the Pre -Paving p t3 app st to (5-044.3(14)63). Submit a written reque to the start of paving. ineer and a pre planing meeting must be 5 d4.3 14 PIanin Millin �rby the Eng men The planing plan must be approvedlaving See Section 5-04.3(14)E2 for information an held prior to the start of any p planning submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Pavement is specified in the Contract, the Contractor mus sting p d to reshae the surface to remove irregularities. Where planing an ex" surfacing � n 1prepa ed surface acceptable for receiving an HMA remove existing su f The finished product overlay. milling method for planing unless otherwise HMA Specified in the Contract. ❑ Use the cold m g erwise not use the planer on the final wearing course of n erations in a manner that does dt laved surface break, umustrbehslightly Conduct planing oprooves, ridges, or other damage the surface which is to remain. The f[nau �s planed g Contractor must repair, any damage to the sur -face by the grooved or roughened ed and must be free from g g imperfections. The equipment, an Engneer approved method. Contractor's p e ui ment, using an metal castings and o planing, as deter- ther surface improvements damaged by Repair or replace deter -mined by the Engineer. curb lines sufficient to provide erect wedge cut must be planed longitudinally along act ion of the final A tap hes of curb reveal after placementsh d o ptheDrawings or as wearing course. The dimensions a minimum of 4 inc of the wedge must e as specified by the Engineer. transitions to adjoining pavement surfaces A taperedwedge cut must also be shadee at shown the Drawings. Cut butt joints in rals straight aight line on to ine . (meet lines) where butt joints are roducing a smooth with vertical faces 2 inches ar more in heig p existing adjoining pavement. surfaces must be swept, cleaned, and if required by After planing is complete, planed a ved d susu the Contract, patched and p e ANNUAL PIPE REHABILITATION PHASE 02 ) CITY OF FEDERAL WAY PROJECT #288 SP -92 CFW SPECIAL PROVISIONS VER. 2020.046 anin re Performing add onal The Engineer may direct additional depth a hl dden mtaa in pavement det Iction sulrvey depth planing, the Contractor must condo as specified in Section 5-04.3(14)A. 5-04.3 14 A Pre-Planin Metal Detection Check red Before starting planing of pavements, andduct areadditional any hys al surveyofeexist npth lgnpavemenit to by the Engineer, the Contractor must con p 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 inghideenl detection metal that s u vec, or from the Contractor's failure to notify the EngineerY 5-04.3 14 B Pavin and Planin Under Traffic 5-04.3 14 B1 Generale trafficrequired in in addition the requirements of Sectact s specifies otherwise 1-07-23 and or the Engin errlapproves, the Section 1-10, and unless ith the following: ontr Contractor must comply intersections: paving Or a, Keep intersections open to traffic at alui�e> closure Such closure must planing operations through an intersection req be kept to the minimum time a�equir sdnedule such closace and urectohindividual lmixture, apes or plane as appropriate. 1=o paving, portions thereof that allows ttcontrol plan.volumes SGheduleschedule wo kosotraffic that adjacent required in the approved trafficly with the traffic intersections are not impacted itime and Each d�v dual intersection control restrictions required by he Traffic Engineer. closure or partial closure, must ed tadd�re E gine see Sectionthe traffic al 1100.2(2)., must be submitted to and accept Y b. When planing or paving and related construction must occur in an he intersection, consider scheduling and sequencing such intersection side street eetwork into udetours� tBe intersection, or half or more Of prepared to d closure the her intersection inndividual lats enes ntirety ety portions necessary, and no C. Should clasur to the time trolley service is impacted, p mp torah plane, remove asiphaitmtack coatquand as place and compact the HM needed. d. Any work in an intersection requires advance warning in both signage an a number of Working Days advance note as of thintersection closure orined by hpartial closure Engineer, e alert traffic and emergency services e. Allow new compacted Tr afficMA �spnottalolowedcool ton newly ambient placed rasphelteuntil any traffic is allowed on it. approval has been obtained from the Engineer. ANNUAL PIPE REHABILITATION PHASE ) CITY OF FEDERAL WAY PROJECT #288 SP -93 CFW SPECIAL PROVISIONS VER. 2020.048 stop 2. Temporary centerline marking, post -paving temporary marking, temporary -ect on bars, and maintaining tempora pavement markingmust comply 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5_fl4.3 14 B2 Submittals — Planing Plan and HM&EgARPlan an The Contractor must submit a seeps;advance of each operation's seaorrs paving psltarttdate. Engineer at least 5 Working Days These plans must show how the moving np operation ng traffic pre paving briefing.at When they will be discussed at the p p requested by the Engineer, the Contractor Drawings with a scale showist provide each tng both he area rof pian on 24 x 36 inch or larger of Pdetour operation and sufficient detail of the Shop beyond w Drawings s 1 e area fincph operation eet, w ch may be may be required. The scale on p changed if the Engineer agrees sufficient detail is shown. The planing operation and the dtempving orary orpary asphaltinclude, of anb kinds tacnot k coatea d dry�tgl detection, removal of asphalt an p staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partii ll noticeable signage alerting traffic °losures tol�okme, a rminimum 2 Woovide rking ngly zand re cers ll be en advance. The traffic control plan �andpeace shawffia eas Iwherestationed flaggers bare signalization is or may be, tountermanded proposed. At a minimum, the planing and the paving plan must include: accepted traffic control plan, see Section 1-10.2(2), detailing each A copy of the day's traffic control as it relates to the u� ospecific of requirements c control consistent with the and paving. Briefly describe the se -q 9 proposed planing and gd echannelizdingdevices scheduling afterof each eday's temporary pavement markings a planing, and paving. A copy of each intersection`s traffic control pian. parking and Haul routes from Supplier facilities, and locations of temporary staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. Names and locations of HMA Supplier facilities to be used. List of all equipment to be used for paving. List of personnel and associated job classification assigned to each piece of paving equipment. Description (geometric or narrative) of the scheduled sequence of planing and o paving, and intended area of planing and of paving for each day's work. must include the directions of proposedef skippedaaaning dof ne pavong,sintersection paving, planing and adjacent lane paving, sego 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. 2 3 5 8 VA ANNUAL PIPE REHABILITATION PH 20 CITY OF FEDERAL WAY 0) SP -94 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 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 83 Pre-Pavin and Pre-Pianin !Bdefin At least 2 Working Days before ethfofi future pavaving ingeration and plan�idthe first ng operatolns4to ensure operation, or as scheduled by the Engineas the Contractor has adequately prepa red for preparedfyting udss thatd4day'sg operations asnthey Contract, the Contractor m pr relate to other entities abae truckperations, Meta transit operations ic safety and convenience, and working around ng driveway and business access, garbage and energized overhead wires, school and be opera grin t e arsing orea, pedestrianme and tand bicycle rt traffic, and other contractors who y be art of that day's emergency services. The Contractor, and Subcontractors that may p operations, must meet with the Engineer and discuss the epd pos traffnd p peratintrol an as it relates to the submiaandd safety- Such disc g plan andssonavingincludes, but is not limited to: public convenience 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 anble as it relates t scheduling of paving gc control, to public erations d of convenience operations, as applicable, , and safety, and t 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. of temporary pavement e. Description of the sequencing of installation and types 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 Drs survere mondequipment to umentat on, monitoring wells, street car rail, and tify hidden metal in the pavement, such as survey 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. g of traffic controls for the process of rigid pavement i. Description of sequencin base repairs. r deems necessary to address. j. Other items the Enginee 2. Paving — additional topics: a. When to start applying tack and coordinating with paving. lipment to be used. If more b Types of equipmeand numbers of each type ec are proposed, descr�be the seq encing of pieces of equipmentpersonnel the personnel operating the types of equipment. Discuss the continuance o operator personnel for each type equip-ment as it relates to meeting Specification requirements.MF how the c. Number of 1Ms to b JMFsea, and if more than one re distinguished, ished, how Jpavers and MTVs arre will ensure different ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY SP -95 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.04B if more an one JMF ing at the time, and how pavers are cleaned so hatro eeJMFdoe placed of adversely influence pavers 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-a,¢_3 i5 Sea(in Pavement Surfaces Apply a fog seal where shown in the plans. l ed bC the Engiruct neer�applylin accordance the fog seal priorto Section 5-02.3. Unless otherwise app Y opening to traffic. 5-04.3061 HMA Road A roaches HMA approaches shall be con Work shallbebe performed in accordance with Section ans r at the locations shown in the Section5 where staked by the Engineer. 5_04.3 17 Tem ora As halt Pavement (April 12, 2018 GFW GSP) Section 5-04.3(17) is a new section: Temporary asphalt pavement shall be placed by the Contractor immediately upon the request of the Engineer for the maintenance of traffic during construction. These areas include: voids created by the removal of existing improvements (i.e. Traffic islands, curbs), providing paved access to private pa heco strucdtioamps for property access during cement concrete driveway app a All temporary paving shall be approved by the Engineer before placement. Any areas of temporary pavement to be removed and replaced shall be approved by the Engineer beforehand. This worm shall also include the removal of temporary asphalt concrete pavement in its entirety prior to final paving. Hot Mix Asphalt Temporary Pavement: Hat mix asphalt will be used for any trench restoration within the traveled way. Whether temporary or permanent, saw cut and treat edges with CSS -1 asphalt emulsion and apply a minimum 3 - inch pavement depth or match existing, whichever is greater. Also, fill voids created by the removal of existing traffic islands and curbing, paving over excavated roadway to temporary access construction. roperties, and ramps for property access during concrete approach Cold Mix Asphalt Temporary Pavement: Cold mix asphalt is alloweded or temporary paving outside the traveled way. The cold mix shall be approved by the Engineer and placed in a 2 -inch minimum thickness. Placement of temporary pavement without prior approval of the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced require prior approval by the Engineer. This work shall include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. 5-04.4 Measurement HMA Cl. e ton i Maccordance wlith Secttiii n 1-09.2, with ono deductiommercial n be in be measured byy th ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY (20 20) SP -96 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5- 04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps,. Auxiliary Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot alone the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8-23.4. Water will be measured by the M gallon as provided in Section 2-07.4. (April 12, 2018 CFW GSP) Section 5-04.4 is supplemented with the following: Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material actually placed, with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Hot Mix Asphalt Temporary Pavement shall be paid under the "Temporary Pavement" bid item and shall include placement and compaction of hot mix asphalt, removal and disposal of temporary pavement. Cold Mix Asphalt Temporary Pavement will not be measured and shall be considered incidental to other bid items. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -97 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 "HMA Cl. _ PG _ per ton. "HMA for Approach Cl. _ PG _", per ton. "HMA for Preleveling Cl. _ PG _", per ton. "HMA for Pavement Repair Cl. _ PG _", per ton. "Commercial HMA", per ton. The unit Contract price per ton for "HMA Ci. — PG ", "HMA for Approach Cl. PG ;` -'HNAA for Preieveling Cl. PG _", "MMA for Pavement Repair Cl. _ PG and "Commercial HMA" 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. "Preparation of Untreated Roadway", per mile. The unit Contract price per mile for "Preparation of Untreated Roadway" shall be full pay for all Work described under 5-04.3(4) , with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for "HMA Cl. _ PG which was used for patching. If the Proposal does not include a Bid item for "Preparation of Untreated Roadway", the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. "Preparation of Existing Paved Surfaces", per mile. The unit Contract Price for "Preparation of Existing Paved Surfaces" shall be full pay for all Work described under Section 5-04.3(4) with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for "HMA CI. _ PG _" which was used for patching. If the Proposal does not include a Bid item for "Preparation of Untreated Roadway", the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. "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. "Pavement Repair Excavation Incl. Haul", per square yard. The unit Contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall be full payment for all costs incurred to perform the Work described in Section 5- 04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for "HMA for Pavement Repair Cl. PG _ per ton. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3 (2020) SP -98 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 "Asphalt for Prime Coat', per ton. ct rice per ton for "Asphalt for Prime an accolydancbe e with Section 5payment for I The unit Contra p provide and install the material costs incurred to obtain, 04.3(4). per cubic yard, "Prime Coat Agg:', P or per ton. „ shall be full pay The unit Contract Price per cubic yard or per ton for 'Prime Coat Agg• and hauling aggregate to the place of deposit and spreading the for furnishing, loading, g aggregate in the quantities required by the Engineer. "Asphalt for Fog Seal", per ton. Payment for "Asphalt for Fog Seal" is described in Section 5-02.5. "Longitudinal Joint Seal", per linear foot. ct rice per linear foot for "Longitudinal Joint Seal" shall be full payment The unit Contra p for all costs incurred to perform the Work described in Section 5-04.3(12 . "Planing Bituminous Pavement', per square yard. The unit Contract price per square Yard for "Planing Bituminous Pavement" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14)• "Temporary Pavement Marking", per linear foot. a ment for "Temporary Pavement Marking" is described in Section 8-23.5. Py "Water", per M gallon. Payment for "Water' is described in Section 2-07.5. calculation. "Job Mix Compliance Price Adjustment", by "Job Mix Compliance Price Adjustment" will be calculated and paid for as described in Section 5-04.3(9)C6• ,,Compaction Price Adjustment', by calculation. ,,Compaction Price Adjustment" will be calculated and paid for as described in Section 5- 04..3(10)D3. "Roadway Core", per each. traffic control} The Contracto r s costs for all other Work as with the coring (E -g.. incidental and included within the unit Bid price per each and no additions shall be payments will be made. ANNUAL PIPE REHABILITATION PHA020) CITY OF FEDERAL WAY PROJECT #288 SP -99 CFW SPECIAL PROVISIONS VER. 2020.046 „Cyclic Density Price Adjustment", by calculation. ,,Cyclic Density Price Adjustment" will be calculated and paid for as described in Section 5-04.3(10)B. (April 12, 2018 CFW Section 5-04.5 is supplemented with the following: ,,Temporary Pavement”, per ton. END OF DIVISION 5 CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE � SP -100 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 DIVISION 7 DRAINAGE STRUCTURES, STORM AND CONDUITS SANITARY SEWERS, WATER MAINS, 7-01.1 Descri tion (April 12, 2018 CFW GSP) Section 7-01,1 is supplemented with the following: This work consists of removing and installing storm drainage pipes- This 01.3 Construction Re uirements 7-01.3 3 Cleanouts and Fittin s for Efrain and Underdrain Pipe (April 12, 2018 CFW GSP) Section 7-01.3(3) is a new section: The Contractor shall install cleanouts at the terminal end of any drain or underdrain pipe not maximumg into a pacing widrainage tructure. th a maximum of two Ieanouts shall be installed at 150 (2) cleanouts per section of drain or underdrain pipe. 7-01.5 Payment (Aprii 12, 2018 CFW GSP) Section 7-01.5 is supplemented with the following: Excavation, laying pipe, fittings, c4eanouts, pipe bedding, imported conecbackfill material new native material if approved by the engineer), construction ge oconnections xtile,nor iions s m faro haul or existing storm drainage structures including pipe to pip and disposal of trench materiaas �hesested itemsclareln�cidentalble to heed alis cleaning, pipeandlar testing will not be measure underdrain pipe pay item(s). 7-04.3 Construction Re uirements 7-04.3' 11 Cleaning and Testin (April 12, 2018 CFW GSP) Section 7-04.3(1) is supplemented with the following: Cleaning and testing of storm sewer pipe shall be in accordance with Section 7- 04.3(1) of the Standard Specifications, except as modified herein: Any departures from the best construction practices by the Contractor, such as pipe line misalignment, presence of foreign matter in the pipes or catch basins, poor catch basin construction, etc., shall be corrected by the Contractor at the Contractor's own expense. Testing will not be authorized until such corrections have been made to the satisfaction of the Engineer. 7-0 T AND DRY)MFL LS ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY (20 20) SP -101 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 7-05.3 Construction Re uirements (April 1Z, 2018 CPW GSP) Section 7-05.3 is supplemented with the following: Storm drain cleanouts shall be provided for retaining wall drainage and connected to the storm drainage system at the locations specified on the plans or as directed by the Engineer. All lids located within sidewalk areas, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly owned properties, must meet ADA requirements and be slip -resistant. Acceptable slip -resistant products are: I. Mebacl manufactured by XG Industries. 2. SlipNOT Grade 3 -coarse manufactured by W.S. Molnar Company. 3. Saftrax TH604 Non -Skid manufactured by Thermion. Where the exposed portion of the frame is 1/2 inch wide or less the slip -resistant treatment may be omitted on that portion of the frame. The slip -resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; "SY for SlipNOT Grade 3 - coarse; or "ST" for Saftrax. TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 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 -lacking 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, neve 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. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE SP -102 PROJECT #288 CFW SPECIAL PROVISIONS VER 2020.046 7-05-30) Adjusting Manholes Valve Boxes and Catch Basins to Grade (April 12, 2018 CFW GSP) Section 7-05.3 is supplemented with the following: Manholes, valve boxes, catch basins, and other structures shall not be adjusted to final grade until the adjacent pavement is completed, at which time the center of each structure shall be carefully relocated from references previously established by the Contractor. The asphalt concrete pavement shall be removed to a neat circular shape for circular grates and covers and a neat rectangular shape for rectangular grates and covers. The edge of the cut shall be 1.5 feet from the outside edge of the cast iron frame of the structure. The base materials and crushed rock shall be removed to the full depth of adjustment plus 2 inches. The manhole and catch basin frames shall be lifted and reset to the final grade, plumb to the roadway, and shall remain operational and accessible. (Reference City of Federal Way Standard Drawing 3-55 for Utility Adjustment). The Contractor shall adjust manholes and catch basins with pre -cast grade rings, and mortar and high impact adjustment risers with a maximum 2 -inch thickness where required for heavy-duty frames and covers within the travelled roadway. Metal adjustment rings shall not be used. If more than three grade rings are required to adjust a manhole or Type 2 catch basin to final grade, including existing grade rings, the Contractor shall remove the existing cone section or top slab, install a pre -cast manhole section of sufficient height to limit the number of grade rings to a maximum of three, and reinstall the cone section or top slab prior to paving operations. Grade adjustment rings and high impact riser installation shall be inspected by the Engineer prior to frame installation. Cover and grate frames shall be securely grouted to the structure. Where existing structures are located within the wheel path of a proposed travel lane, catch basins adjusted to grade shall also include conversion risers and heavy duty locking frames and covers and high -impact risers. Following frame installation, the edges of the removed asphalt pavement and the outer edge of the reset frame shall be painted with asphalt for tack coat. The entire void around the adjustment shall then be filled with Commercial HMA, placed and compacted in maximum 3 -inch lifts, to match the adjacent pavement surface. The joint between the patch and existing pavement shall then be painted with asphalt for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. T-05.3 3 Connections to Existin Manholes (April 12, 2018 CFW GSP) Section 7-05.3(3) is supplemented with the following: The requirements of this section shall also apply to connections to existing catch basins. 7-05.3(5) Connections to Existing Pipe (April 12, 2018 CFW GSP) Section 7-015.3(5) is a new section: The contractor shall connect (or reconnect) existing pipes to new manholes or catch basins without obstructing flow from upstream locations. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 0) SPA 03 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 7-05.3 6 Cleanin GSP} (April 2019 GF=W responsible Section 705.3(6) is a new section: the City, the Contractor shall be are clean Prior to final project acceptance by to ensure the sumps all manholes, inlets,. catch basins, and dryw of sediment and debris. 7-45.5 Pa merit (;5P} for furnishing (April 12, 2018 CFIM lamented with the fo}iawing: Section 7-05.5 is supe necessary to complete each unit according to ' contract price for catch basins s ndlor manholes shah be fu paremoval and The unit ui merit, and material pavement all labor, tools, eq ecifications. This includes all sawcuttflow bypass connections to the Plans and Sp if required), temporary excavation, dewatering [ orted or native backfill, disposal, and furnishing and placing of all and new pipe, foundation material, bedding, �m passage existing cleaning, action, surface restoration, testing, patching hot mix to allow for the p rade comp rates or rings and covers, g accessories and conversion riserlicable Frames and g of traffic, and other items Issincluding conversion risers shall be considered incidental to rings and adjustment rise this bid item and will not be measured for separate payment. "Adjust Catch Basin" andJor "Adjust The unit contract p rice for "Adjust Manhole tch basins, inlets, and manholes that require Inlet" applies to existing storm drainage. is necessary to adjust drainage addition or removal of adjustment risers. The unit contract price adjustment to grade by and materia e ui ment, patching hot mix to allow fort e includes all labor, tools, q p temporary p providing structures to finished grade, sawcutting, ustment risers passage of traffic, restoration of the area aro�� d tGradeluringsstandtuadj anwill not be new rings and covers or frames and gra or high -impact} shall be considered incidental to this bid item an concrete meat. measured for separate pay lies to connecting new The un it contract price for "Connection to Drainage Structure' app storm drain pipe to existing storm drainage pipe lies to connecting new contract p e catch basins and manholes and includes ting ra nage Price far `Connection to Drainage Structure' app The unit c storm drainage storm drain pipe to existing to care drill the ex merit, and materials necessary Any associated sawcutting, labor, tools, equip action, and structure and provide the necessary p p cried or native backfill, camp pavement removal and disposal, excavation, imp pavement restoration are incidental to this bid item. 7-07 CLEANING EXISTING ❑ RAI NAGE STRUCTURES 7-07.5 Pa merit (April 12, 20'18 CFW c Section 7-07.5 is replacad ed with the following: ANNUAL PIPE REHABILITATION PHASE l CITY OF FEDERAL WAY Sp -104 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 All costs associated with cleaning existing drainage structures shall be co shall ider d incidental to and included in the various bid items and no additions payment made. 748 GENERAL PIPE INSTALLATIuN REQUIREMENTS 7-08.3 1 A Trenches {April 12, 2018 CFW GSP} i e -laying Section 7-08.3(1)A is supplemented with the following.' ained until the ends of the pipe are deleterious d Where water is encountered in int trench, it shall be removed dun re p operations and the trench so ma Trench water or other provisions are notde to prevent be allowed to enter he pipe at-ing of the }any time. at materials steal may disturb existing pavement a gat that are not shown trenching shall t o be replaced on Trenching he repaired after Y d the plans. All such pavement markings amag Y is backfilled and restored. The new parepairncost shall be incidental t the t markings shall match the trenching All pavement mar labor damaged pavement marking. labor and materials, pipe installation, including all necessary 7-08.3 3 Backflllin (April 12, Zp18 CFW GSP) �s supplemented with the following:royal of the installed Section 7-08.3(3} is not damaged by Initial backfilling shall b performed only lsuch a manner that the apipe pipe. Backfill shall be accomplished will not be permitted. impact or overloading. 'Nater settling other locations an the project as directed If there is an excess of acceptable backfill material obtained from trench excavationexcessive one location on the project, it shail be use a the Engineer_ Native backfill stockpiles shall be r mater al t shall be t considered o Preve by transporting the wetting. The cost of transp incidental to the pipe or structure backfilled. END OF DIVISION 7 ANNUAL PIPE REHABILITATION PHASE 3 HSE3 (2020) CITY OF FEDERAL WAY PROJECT #288 Sp -105 CFW SPECIAL PROVISIONS VER. 2020.046 DIVISION 8 MISCELLANEOUS CONSTRUCTION g-01.3 Construction Re uirements 8.01.3Ll General (April 12, 20'18 CFW GSP) lines The first paragraph of 8-01. ( instadiielathghed nvis b replaced fence along following: right-of-way The Contractor shallthe Engineer• shown in the Plans or as instructed by g-01.3 1A 5ubmiitals (April 12, 2018 CFW GSP) Section 8-01.3(1)A is revised to read: shall be prepared by the A Stormwater Pollution Prevention el Ito the Ean ngineer. The plan shall consist of Contractor and submitted for app et the requirements of the Department the Contractor's complete strategy to me of Ecology's NPDES and State Waste Discharge ctivityGeneral Permit)The SWPPP Discharges Associated With Construction Site Preparation and Erosion Control shall include and modify as necessary the The shall Plan drawings provided as part of t P Contract P to becansistenttwith the prepare review and modify the SWPP a on ds that actual work schedule, sequencing, and hailsmeetl the requirements ement wolf the general e used on the pro}ect. The Contractors SWP permit. The Contractor's modifications to the S\Nppp ll Prevention, Control aand Caunterpmea ores the content and requirements for the Sp (SPCC) Plan in accordance with Section 1-07.15(1)• nd sediment control st The SWPPP shag document all the erosion a whether e manent or temporary- T he cheduling, and Management Practices (BMPs) proposed. plan shall document installation erocednu and sediment con, materials, s t of BMP. The maintenance procedures f caval before any rk Contractor shall submit the SWppp for the Engineer's app begins. The Contractor shall allow at least ve to the modified SWPPP.ays for the EFailure to review of the initial SWPPP r any re Contracting liable approve all or part of any such Alan shall not The Contaactoke r} may not begin work without to the Contracts for any work delays. an approved Contractor's SWPPP. The Contractor shall complete and mood the T�ESC t Plans t shall mthe e et t the schedule and method of construe Erosion and requirements Of the ur., rentedition of hbe adapted OT 7as pnaeeded throughout Sediment Con construction based on site ins TheiaCanand a tori discharge samples l as to schedulefain or compliance with the GSW GP- impiementation of the SWPPP work and incorporate it into the Contractor's progress schedule. ANNUAL PIPE REHABILITATION PHASE E 3 CITY OF FEDERAL WAY 020) PROJECT #288 SP -106 CFW SPECIAL PROVISIONS VER. 2020.048 In addition, the SWPPP shall outline the procedures to be used to prevent high ers. The ion steal} pH stormwater or H of the water ertwiller rbe maintained om betweensurface t PH 5 and ct or entering surface waters. Prior to include haw the pH of the prior to being discharged from ithe ework, the Contractor shall submit the plan, for beginning any concrete or g g the Engineer's review and approval. As a minimum, the SWPPP shall include all the SWPPP requirements identified in the General Permit, including: erosion control decisions (12 Narrative discussing and justifying elements) Drawings illustrating BMPs types and locations rol Engineering calculations for ponds and vaults used for ef oroposedtBMPs, A schedule for phased installation and removal o P including: A. BMPs that will be installed at the beginning of project startup. ning of each construction B. BMPs that will be installed at the begin season. C. BMPs that will be installed at the end ofe d hof eachtion season. construction D. BMPs that will be removed at 'the season. E. BMPs that will be removed upon completion of the project. e SW PR An Ecology template is available to the bonthetCoor for dntracctor. The tucinempla ePa d using project- specific information addedY instructions are available at: http ://www,ec,y. wa. govlprograms/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:resirevisions 1. The necessary SWPPP revisions and on-site meas including additional source con trot are necessary to preBMP maintenance, �e0t°ndttoed stormwater treatment BMPs tl�a exceedance of turbidly and/or pH benchmarks. 2. The regulatory notification to the Dept. of Ecology and to the Engineer of any monitoring results requiring regulatory notification. 3. The additional daily sampling and site ingnoff s n msures describanceed in the o General Permit to verify when project 8-01.3 21 seeding, Fe I Iiiiiiiin, and Mulchin ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY PROJECO20) T #288 SP -107 CFW SPECIAL PROVISIONS VER. 2020.046 8-01.3(2)B Seeding and Fertilizing (September 3, 2019 WSDOT GSP, OPTION 3) Section 8-01.3(2)B is supplemented with the following: Grass seed shall be a commercially prepared mix, made up of low growing species which will grow without irrigation at the project location, and approved by the Engineer. The application rate shall be two pounds per 100 quare feet. Fertilizer ldat heshall rate of 0 pounds per quare ared mix of 10-20-2and shall be applied feet. 8-02.3 Construction Re uirements 8-02.31 Res onsibili Aurin Construction (April 12, 2018 CFW GSP) Section 8-02.3(1) is supplemented with the following: Landscape construction isanticipated is s comple ed begin Land cape mater als shall of Ibe and associated roadsideen authorizd by the installed until weather p itrnts and icipatedior in forcllaton hasbe,eplanting ofeandscape Engineer. If water restrictions materials may be delayed. s clean, free of Throughout planting operations, t� materials, incl ding refuse and debris,ractor shall keep the eresulting from the excess sails, plants, and other m Contractor's work, the end of dwalks and paved areas shallay, and as each planting area lbe cleaned to it shall be neatly dressed, and all surrounding the satisfaction of the Engineer. No soilsflushlnmatielbe r ala, llowed. At the conclusion of work, and debris from the construction the Contractor shat! remove Burp site and shall leave the project in a condition acceptable to the Engineer. 8-02.315Planting Area Pre aration (April 12, 2418 CFW GSP) Section 8-02.3(5) is supplemented with the following: Thoroughly scarify subgrade in d seeded awn areas to a minimum depth of six -inches (6") except wit tree, lroot zones of exitgtrees to remain, as roved by the noted on plans. Scarified subgrade shall be inspected and app Engineer prior to the placement of topsoil. Remove all construction debris and. rocks over two -inches (21 in diameter prior to placing topsoil. Scarified subgrade shah be inspected and approved by the Engineer prior to placement of topsoil. Upon approval lightly h the il A subgrade, allhail. be seeded areas, to a minimum depth of 4 inchesg Y compacted depth unless otherwise noted on plans. Lightly compact soil andestablihponding. smooth and uniform finished grade to allow s to surface drainage and pr ANNUAL PIPE REHABILITATION PHASE CITY ) CITY OF FEDERAL WAY PROJECT #288 SP -108 CFW SPECIAL PROVISIONS VER. 2020.048 r the pth of The areas shall be brought to ctonorandrvalvelboxes�and drp�ivewfiayds�eunless mulch, below walks, cu 1 otherwise specified. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. 8-02.3 B Fertilizers (September 3, 2019 WSDOT GSP, OPTION 3) Section 8-02.3((3}B is supplemented with the following: lied Fertilizer shall be a nds mer tally square feet. of 10-20-20 and shall be app at the rate of 10 you p 8-02.313 PiantinqL (April 12, 2018 CFW GSP) Section 8-02.3(8) is supplemented with the fallowing: All Topsoil Type A required to pit plant trees and bark mulch for topdressing, as specified on the plans, shall be considered incidental to and included in the unit contract price of the trees. Use loosened and replaced il on des of tree neral native o rootball only. Useil full underhout organics full depth topsoil tree rootball. Use tops shrubs. Trees shall be handled by the rootball, not by the trunk. Burlap and wire shall remain intact until trees are set in their final positions within each planting pit. Plant trees and shrubs upright and rotate in order to give the best appearance or relationship to hat pbeen bacckfilledhy, and structures. and water settled free) of voids rigidlyant a d a r position until topsoil pockets and tamped firmly around the ball or roots. When the pit is backfilled halfway, place the specified quantity of fertilizer plant tablets and stakes as shown on the Plans. Evenly space the fertilizer tablets around the perimeter of, and immediately adjacent to the root system. Carefully place water and compact planting topsoil, fisting all voids. Tree root crowns to be V higher than finished grade to allow for settlement. When the planting pit is three quarters backfilled, fill with water and allow water to soak away. Fill the on pits he Vth Planadditional s. Water t eestopsoil irnmediatetiygrad afterplanand ting continue backfilling as detailed The contractor shall apply 3 inches of pea gravel flush with bottom of tree grates in tree wells per City Standard Detail 3-31 $-02.3 9 B Seedin and Fertilizin {September 3, 2019 WSP70Tme Sed witDPITtOhe following: Section B -02.3(9)B is supe ANNUAL PIPE REHABILITATION PHASE � CITY OF FEDERAL WAY SP -109 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 Grass seed shall be a commercially prepared mix, made up of low growing species which will gaow icatwitlion out rat irrigshall be two pounds peration at the project t11000 square on, and fee ed by p the Engineer. The pp 8-02.310 Fertilizer (April 12, 2018 CFW GSP) Section 8-02.3(10) is supplemented with the following: All fertilizers shall be 'furnished in standard unopened containers with weight, name of plant nutrients ance �+th State and Federalteed law. statement of analysis clearly marked, Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer manufacturer's recommendations. 8-42.3 11 Barkor Wood Chi Mulch (April 12, 2018 CFW GSP) Section 8-02.3(11) is supplemented with the following: Bark Mulch shall be placed over all tree planting pits to a depth no less than two (2) inches, or as detailed on the Plans. Thoroughly water and hose down plants with a fine spray to wash the leaves of the plants immediate) after app 8.02 3(13 Plant Establishment (April 12, 2018 CFW GSP) Section 8-02.3(13) is supplemented with the following: Plant establishment shalt consist of insuring resumption and continued growth of all planted materials including trees, shrubs, ground cover, and seeded areas for a period of one (1) year. This shall include, but is not limited to, labor and materials necessary or removal and replacement of any rejected plant material planted under this contract. 8-02.3 17 Pr ?p of Private Property and-Propa Restoration (April 12, 2018 CFW GSP) Section 8-02.3(17) is a new section: fine grading and restoration of adjacent Property Restoration shall consist of landscaped areas; adjustment and/or replacement of private irrigation systems; slope restoration behind sidewalksi timber edgings; installing and replacing private wood and chain link fencing; and other work not currently identified on the plans, as directed by the Engineer. The Contractor is specifically reminded that any unnecessary damage caused by construction activities will be repaired at the Contractor's expense. Restore all disturbed areas to original condition or better. Grass areas shall be restored with hydroseed where directed. Removal of tree roots outside the limits of construction, as directed by the Engineer and under the supervision of a certified arborist, shall be paid for under "Property Restoration". ANNUAL PIPE REHABILITATION PHASE 1 CITY OF FEDERAL WAY 2 SP -110 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 Topsoil shall be Type A and mulch shall be Bark or Wood Chip Mulch, per these Special Provisions. All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting and 9-15 Irrigation System of the Standard Specifications. The Force account provided for property restoration also includes any adjustments and/or replacements of existing irrigation systems not covered under Section 8-03 Irrigation Systems of the Special Provi Provisions- Th worakyshall ome coalso nsist of modifying existing landscape lighting systemss necessary by these improvements. The Contractor is advised that protecting existing private irrigation and lighting systems from damage does not constitute a basis for claim or extra work. 8-02.4 M -asurement (April 12. 2018 CFW GSP) Section 8-02.4 is supplemented with the following: Topsoil, bark mulch, compost, and/or soil amendments will be measured by the cubic yard in the haul conveyance at the point of delivery. "Seeded Lawn" will be measured in square yards of actual lawn completed, established, and accepted. "Property Restoration" will be paid by force account and must be approved by the engineer prior to completing the work. Fertilizer shall be incidental to other bid items unless specifically listed as a bid item. 8-0 5 patent. (April 12, 2018 CFW USP) Section 8-02.5 is supplemented with the following: "Sark Mulch' per cubic yard. The unit contract price shall be full pay for furnishing and spreading the mulch. "Seeded Lawn" per square yard. The unit contract price will include all preparation, fertilizer, establishment, and mowing as called for in the specifications. "Property Restoration" per force account. 0-03 iRFtIGAT9DN SY5TEM5 8-03.1 Descri kion (April 12, 2018 CFW GSP) Section 8-03.1 is supplemented with the following: g a fully functioning and complete landscape irrigation The work shall consist of installin system. Some private irrigation systems exist within the project limits which may be impacted by the project improvements. The Contractor shall minimize the impacts to these facilities CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH( E 3 SP -111 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 In the event that irrigation systems are found to Possible. rovements, they shall be modified as to the maximum extent p imp operation upon encroach within the limits of the project er Engineer directed force accounts to ensure satisfactory p necessary p rovements. completion of the imp owners to ensure their The Contractor is responsible fully disturbed. coordinate with affected property they are di existing sprinkler systems are Y functional before g-03.2 Materials GSPj (April 72, 20"18 CFW applicable, shall conform with the following Section 8 03.2 is supplemented with the stem, where app The materials for the irrigation system, to be compatible with other systems leslocated throughout the City. manufacturers in order sprinkler bodies and MPR spray Rainbird 1804 ve Rainbird ESP Automatic Controoller' alnd Cabinet Rainbird Valve Buckner Quick Coupling Febco 850 Double Check Valve Legend Bronze Valve Superior 3100 Master Control Valve S_03.3 Construction Re uirernents stem (April 12, 2098 CFW GSPj Section $-03.3 is supplemented with the following: ns details and manufacturer's written a er be in strict conformance with th}aLakehaven utility District o the use of All work shall ether with the p laced with and Sewer Standard recommended installation procedures. References t information regarding eci#ications and Amendments shall be rep galvanized pipe in the Standard ee accepted pipe material. if Schedule 80 PVC or other Eng improvements r illi anon systems found to encroach oa nlmenttandlimits ensu e satisfactory private Private sprinkle g to remove the shalt be modified as necessary tion of this prosect. The Contractor shall remaining system. The Cant>a actor shall ensure that existing operation of the the cons Private irrigation systems remain in operation during irrigation systems- furnish temporary water to disconnected existing g damage due to irrigation facilities damaged during construction activities shall be repaired within systems that have been ed facilities to an "equal or working days. The Contractor shall be liable far any a damaged by his operations and shall repair such damaged heads and cutting an ars and sprinkler heads new pipe for Property "ori incl condition. This workr will include, but not -a s limited nt better than g relocating existing Force Account capping existing pipe, of the system. Payment will be by connections, and testing Restoration. g_p3.3 T Flushin and Testin (April '12, 2018 CFW GSP)ineer at -� nted with the following: Section 8-03.3() is supplemeetest and prove functio The Contractor shall prnal then advise the Eng pressure and coverage tests are to be conducted and shat all least 48 hours before p ineer before backfilling. Mainlinesnkler shall be Wed be have the approval of the Eng Before the sp 140 PSI and PVC lateral lines at a0 PSI. � PHASE 3 ANNUAL PIPE REHA131LITATIO (2020) CITY OF FEI]ERAL WAY 5P-112 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.043 tractor, in the presence of the Engineer, shall perform a accepted the Con e test to determine if the water coverage an d sprinkler head water coverag lets and satisfactory. If any parof the system operation of the system is comp inadequate it shall be repaired or replaced at the Contractor's expense and the test repeated until accepted. backfilled trenches shall be repaired by the Contractor at his expense, All including restoration of plant materials. 8-03.4 Measurement (April 12, 2018 CFW GSP) lump sum for the design Sectiented with the following: on 8-03.4 is supplemoutlined in the "Automatic lrri ation S stem. tion lsyst system tbing condition he C City's and istallation of the new i g contract documents, complete, tested, and in full operat 8-03.5 pay— .T!nt (April 12, 0.18 CFW GSP) bid items Section 8-03.5 is supplemented with the following:ncwith Payment will be made in accordance with Section 1-04.1 for the following rice shall proposal: sum p when included in the prop Complete", per lump sum. The lump "Automatic Irrigation System Comp sa or incidental to the construction as full compensation for furnishing all l� bar, materials, tools, electrical services of be ui ment nese rY connection costs, an operable sprinkler irrigation system shown in the Plans o the complete and ola directed by the Engineer. for furnishing and installing controller, pads, enclosures, conduit, wiring, All costs backflow preventer, vault enclosures, irrigation controller, all control wiring Plans and all costs of inspections and :ping, and all other required components far a fully functional systemaI to valves,P where indicated and as detailed in t s performed on Cross Connection CAutornstticllrrigattiansSyst considered test p rice for and included in the unit contract p 8-D4 C RB U ER AND P LLVIIAY 8-04,3 Construction Re u9rements (April 12, 2018 CFW GSP) Section 8-04.3 is supplemented with the following: percent density at or The sub -base for curb and gutter sections shall be compacted to 95 as per Section 2-03.3(14)D revised, before placing the p below optimum moisture content, curb and gutter. White -pigmented curing compounds will not be allowed. . concrete shall not deviate more than one-eighth (118") in ten feet The top of the finished,n ten feet (10 ) (10') or the alignment one-fourth (114') Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown in the City Standard Plan Details. ANNUAL PIPE REHABILITATION PHASE 02 ) CITY OF FEDERAL WAY PROJECT #288 Sp -113 CFW SPECIAL PROVISIONS VER. 2020.046 paint the Where shown on the plans, the Contractor shall Standard Spe curbs with 2-coas of yellow paint. Paint and applicatci icat ons fort ttraffic paint ion shall conform to striping. 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 o the unit, price of the type of curb. r will be measured by the linear foot along the line Cement Conc. Rolled Curb and Gutte and slope of the completed curb. 8-414.5 Pa meat (April 12, 2018 CFW (3SP) Section 8-04.5 is supplemented with the following: „Extruded Curb Type 6°, per linear foot. "Cement Conc. Rolled Curb and Gutter", per linear foot. 8-Oi 4;EMEN7 CCNCRE E DRQ f-UtiP�1Y ENTRANCES 8-06.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-416.3 is supplemented with the fallowing: All driveways shall remain open except as necessary to permit curing of construction ionsHowever, at ast One materials or for short periods of time a required e cular traffic all times unless otherwise (1) driveway per parcel shall remain op If a parcel has only gineer and affected property owner in wr approved by the Eniting. at a driveway can be closed will be limited. passage of vehicles. The amount of time Itconstructed one-half at a time to allow the one driveway, then that driveway must To meet these requirements, the Contrarc Or �atp suse a quick setting concrete. e Engineer shall approve the quick -setting pr owners shall be notified in writing at least 48 hours in advance of any planned Prope dY driveway closures e used, with Engineer approval, to maintain a driving surface. Crushed rock may b 8-416 5 Payment (April 12, 2018 CFW GSP) construction, Section 8-06.5 is supplemented with the following: Go If the Contractor chooses etou s ach qui II be -set Driveway" to the bid ncrete mix ri em fora Cement Conc. any additional costs tO use Driveway" and no additional payment will be made. If the Contractor chooses to use crushed ` rock to maintain a driveway surface, it shall e incidental to the bid item for Cement ConcDriveway'and no additional payment shall be made. ANNUAL PIPE REHABILITATION PHASE ) CITY OF FEDERAL WAY PROJECT #288 SP -114 CFW SPECIAL PROVISIONS VER. 2020.046 -07 "RE 5,5T T §8-07.1 Descri tion (December 12, 20'12 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 accco dance with sloped these Specifications and the Sthe tandard n and Plans, in specified in the Plans in the locations indicated in the Plans or as identified by the Engineer. 8-07.2 Materials (August 9, 2014 CFW lemented with the following: Section 8-07.2 is supe 9-18.3 Block Traffic Curb 8_Q7,3 Cans#ruction Re uirements L-07 3(1ins#tilling 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. 8-07.4 Measurement (August 9, 21114 CFW GSP) Section 8-07A is supplemented with the following: Type A precast traffic curb and Type A block traffic curb will be measured by the linear foot alone the front face of the curb and return. Type A nosing pieces and dividers will be measured as Type A curb. Type C precast traffic curb and Type C block traffic curb will be measured by the linear foot along the axis of the curb. Type C nosing pieces will be measured as Type C curb. 8-07.5 Pa ment (August g, 2014 CFWlemented with the following: Section 8-07.5 is suAe per linear foot. "Type A Precast Traffic Curb", p "Type C Precast Traffic Curb", per linear foot. "Type A Block Traffic Curb", per linear foot. "Type C Block Traffic Curb", per linear foot. 8-1 CHAIN LINK FENCE AND W RE FENCE 8-12. , 2012 Materials (January 28 WSDOT GSP OPTION 1) Section 8-12.2 is supplemented with the following: Coated Chain Link Fence CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 0) SPA 15 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 Chain link fence fabric shall be hot -dip galvanized with a minimum of 0.8 ounce per square foot of surface area. Fencing materials shall be coated with an ultraviolet -insensitive plastic or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide ng the and the Engineer of fabrication The color shallNatchritten sSAE specifications lStandard 595 color d number 37038 (black), or be as approved by the Engineer. Samples of the coated fencing materials shall be approved by the Engineer prior to installation on the project. The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum of 14 ounces each of paint of the color specified above. The touch-up paint shall be compatible with the coating system used. (September 17, 2019 CFW GSP) Section 8-12.2 is supplemented with the following: Chain link fencing installed with the project shall include a top rail. 8-12.5 Pa meet (April 12, 2018 CFW GSP} Section 8-12.5 is supplemented with the following: "Black Vinyl Coated Chain Link Fence", per linear foot. The unit Contract price per linear foot for "Black Vinyl Coated Chain Link Fence" shall be full payment for all costs for the specified Work including brace post installation; end, corner, and pull posts; top rail and bottom rail; and all other requirements of Section 8-12 for Chain Link Fence, unless covered in a separate Bid item in this section. -14 CEMENT C NCRETE SIDEWALKS 8-14.3 Construction Re uirements (April 3, 2017 WSDOT GSP, OPTION 1) Section 8-14.3 is supplemented with the following The Contractor shall request a pre -meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans 2. Inspection CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 0) SPA 16 PROJECT #288 CFW SPECIAL PROVISIONS VER 2020.048 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces 8. Contractor ADA survey and ADA Feature as -built requirements 9. Cold Weather Protection (January 7, 2019 WSDOT GSP OPTION 2) Section 8-14.3 is supplemented with the following: Timing Restrictions Curb ramps shall be constructed on one leg of the intersection at a time. The curb ramps steal{ bn begin lwithined and open to traffic another leg of the irate sectioncalendar days before construction ca begg unless otherwise allowed by the Engineer. Unless otherwise allowed by the Engineer, the five calendar day time restriction begins when an existing d e ds ramp entheha adrantaor traffic Bland/med antraffic dian is is fully funsed ctional onal pedestrian use and open for pedestrian access. (January 7, 20119 WSDOT GSP, OPTION 3) Section 8-14.3 is supplemented with the following: Layout and Conformance to Grades documents, the Using the information provided ro dedd urb ramp Contract sidewalk, and curb and gutter. ontractor shall layout, grade, and form (Aprri 12, 2018 CFW GSP) Section 8-14.3 is supplemented with the ss shing Cement concrete sidewalk thickness al4 be as shown on the Plans. Scare }Dints shall be constructed at a maximum distance cif 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 318` 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. shing concrete The Cont. he type of ibrattoide r and its method of ng use shall be subjectishers for use in ftolthe approval of sidewalks. T Yp the City. Ail 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 Contractors expense. Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on the Plans. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 0) SPA 17 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 §-14.3 5 Detectable Warnin Surface (April 12, 2018 CFW GSP) Section 8-14.3(5) is supplemented with the following: MMA -Style Truncated Dame Detectable Warning Surfaces applied to asphalt surfaces shall be liquid -applied Vanguard ADA Systems, or approved equal. 8-14.4 Measurement (April 12, 20118 CFW GSP) Section 8-14.4 is supplemented with the following: 8-14.5 Pa mens (April 12, 2018 CFW GSP) Section 8-14.5 is supplemented with the fallowing: will not be made until the City has Payment for "Cement Conc. Curb Ramp Type verified that the ramp(s) meet ADA requirements. 8_1Z IMPACT ATT NE UATQR SYS%FM5 8-17.3 Construction Re uirements (February 3, 2020 WSDOT GSP, OPTION 1) The last paragraph of Section 8-17.3 is supplemented with the following: Temporary impact attenuators shall meet the crash test and evaluation criteria of MASH or the National Cooperative Highway Research Project Report 350 (NCHRP 350) as specified in Section 1-10.2(3). SECTIQ 8-22 PAVEMENT MARFCING 8-22.1 Descri tiara (December 18, 2009 CFW GSP) Section 8-22.1 is supplemented with the following: Pavement markings nes shalle onfoall conform to rm to the pattern as shown oof Federal n WSDOT WSDOT S aay Standard Details. adardsProfiled plastic liPlanM-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 heads 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 Re uirements (April 12, 2878 CFW GSP) Section 8-22.3 is supplemented with the following: Temporary Pavement Marking CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHA(2020)SE SP-118 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 maintained by the Contractor avement markings shad be installed and m pavement Temporary P ment markings are included in tion of permanentdptvem is whenever permanent pave s prior to installs released onto public streets or roadway reliminary layout work to the satisfactionooat of perform p After app markings. The Contractor shall p avement markings lane markings to Engineer prior to installation of temporary p Hent Vane markings, the Contractor shall remove the temporary perms Engineer- the satisfaction of the Eng e, Ont roved 4 -inch -wide reflective traffic tap wg 3_17, of Federal Way Standard D a Prop s Qns for The Contractor shall install and inremove P City specified in the Sp line, RPMs and pavement marking p Dwy 3-1 B, and Dwg 3-19, as shown on the Plans, sp this Contract, or as directed by the Engineer. -wide reflective traffic tape shall be installed with a skip Appropriately colored 4 unit consisting of a 1 -foot fine of tape and a 9 -foot gap pattern based on a ()_foot n the Plans or Vn the Special Provisions. Reflective traffic p ecified a permanent pavement markings unless otherwise sp permanent pavement markings - tape shall generally fallow the alignment for e tape marking specified far the and double lines shall be used when sp pavement markings are to be orary Reflective tape shall not bhp stw© when withoutphe written approval of the Engineer. exposed to traffic for more pavement marking conditions not applicable Paint lines shall be provided for temporary p for reflective tape. paint lacen,ent and removal} reflective as traffic for pp )n with s shall be incidental to other bid traffic control wilt be paid All costs in a emeent markings use of (p ed for temporary lines rnd ary Pa avement markers used lines and reflective p under those respective bid items. 8-22.3 3 Markin A llcation 8.,22.3 3 E Installation {;April 12, 2018 CFW GSPj8-22.3(3)E is supplemented with the following: 01. Section Vines shall be installed per W SDOT Standard Plan M20.20 profiled Type D eads ,-22.3L31G Glass CFW C. (March 13, 2012, supplemented with the following: to ten (10) Section 8-22.3(3)G is supp {led to Type D markings at a rate of eight (8) Glass beadsne��hull bhundred psquare feet. pounds per lied to Type D markings at a rate of ten (10 Bonded core elements shall be wide by anpe (1) linear foot of marking. grams per four () i 8-22.3 G R m C.31 of FW GSPj meat Markin s (April 12, 2 {emented with the following: Section 8-22.3(6) is Supp ANNUAL PIPE REHABILITATION PHt SE 3 020) CITY OF FEDERAL WAY Sp -119 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 flans, the Contractor shall remove existing pavement As indicated on the p Plastic and raised pavement markings, markings that may consist of paint, p g-22.4 Measurement GSPj (December 13) 2012 CFW following: markings will be per lump sum. Section 8-22.4 is supplemented with the Measurement for the removal of all pavement marking 8-22.5 Pa men- (April 12, 2018 CFW GSP) Section 8-22.5 is modified as follows'- The ollows:The following bid items are deleted,4inear foot. .Removing Paint Line", per per linear foot. {removing Plastic Line", p per square foot. "Removing Painted Crosswalk Line per square foot. "Removing Plastic Crosswalk Line' , per each. "Removing Painted Traffic Marking" p "Removing plastic Traffic Marking", per each. The fallowing is a new bid item: er lump sum- - Pavement Markings p (April 12, 2018 CFW GSPj Section 8-30 and it`s subsections are new sections as follows: 8-300 Description (April 12, 2018 CFW GSP) Section 8�-34.1 is a new section: a these involves the identification and resolution uutilities,lnfThe Citydw 11 identified in the This work in plans between proposed improvements and existing be the costs by force account if the work proves to notice to they Engineer Contractor a performed the work with the authority of and u 8-30.3 Construction Re uirements (April 12, 2018 CFW GSP) Section 8-30.3 is a new section= pothole existing utilities to verify the field Vocation The City may direct the Contractor top of the existing utility, and depth. potholing shalt/ include excavations and conditionbackfilling gand the suNey work to information to to attained shelf identification of the pipe or fine size. materia type locate the facility horizontally and vertically, Surveytion at top of utility. Stations, greater accuracy is include station and offset It be for the of nearest0.1 foeleva ot teunless to %, or with CDF, as offsets and elevations shat acted to Engineer, In areas subject to public traffic, the HMA patch shall match required. Potholes shall be backfilled with CST camp directed by the Eng improvements and an existing the depth of the surrounding pavement. In the event that a conflict arises between the proposed the Cont a for for standbyutility, the Resolution of Utility Conflicts item compensate o p am Wet: time and additional work in the following ANNUAL PIPE REHABILITATION PHAO 3 20) CITY OF FEDERAL WAY PROJECT #288 SP -120 CFW SPECIAL PROVISIONS VER. 2020.048 existing utility conflicts. Standby time is defined as time Standby tirr4e resulting from roeeed with progression of a specific work item i.e. the Contractor is unable to p storm drainage, underground utility installiaei shalltbe limited to conflicts with existing facilities. However, payment for standby t time a. For each agreed upon conflict, lobo maximum�d equipment due to o) hours f util t standby bonflifotr will be paid for actual delay of The Contractor shall be responsible todjust other his areaswork of work schedule minimize reassign his work forces and equipment standby time. b. if the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. aid for at the unit 2. Addit Tonal work required to resolve utility conflicts will be paid for at the hid unit red and p rices far the associated work. Work that arc naccaunt work. Thi pwork includes but contract prices shall not be identifie as is not limited to: vault, and conduit realignments of line and/or a. Storm drainage manhole, pipe, rounding of overhead utilities, to avoid grade for the storm drain and underg existing utility conflicts. vaults, and conduit required by a b. Additional storm drainage manholes, pipe, change in alignment, and/or grade, not exceeding the limits set in section 1- 04 a4 of the Standard Specifications. B-30.4 Measurement (April 92, 2p78 CFW GSP) Section 8-30.4 is a new section: ''Potholing Will be measured for force account per Section 1-09. . "Resolution of Utility Conflicts" will be measured for force account per Section 1-09.6. B-3q_nt (April 12, 2078 CFW GSP) Section 8-30.5 is a new section. force account. "Potholing will be paid by force account "Resolution of Utility Conflicts",will be paid by vide a common proposal for all holders, the City has estimated the amount for To pro "Resolution of Utility Conflicts" and "Potholia entered the amounts in the proposal to become a part of the total bid by the Contractor Utility conflicts due to the Contractor's actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. END OF DIVISION 8 ANNUAL PIPE REHABILITATION PHASE 2 CITY OF FEDERAL WAY PROJECT #288 SP -121 CFW SPECIAL PROVISIONS VER. 2020.046 DIVISION 9 MATERIALS 9-03.12 Gravel Backfill 9-03-12L6) Pit Run Sand (April 12, 2018 CFW GSP) Section 9-03.12(6) is a new section, ercent Pass Sieve Size 100 318" square 90 U.S. No. 430 minimum Sand Equivalent 9 03 1 31 Common Borrow (April 12, 2018 CFW GSP) requirements', Section 9-03.`14(3) is modified with the following q Material from on-site excav aions i Material ng forl commorements n borrow shall consistBorrow shall be used to the extent practicable. gate which is free of trash, wood, debris, and other of granular soil andlor aggre deleterious material. Common Borrow material s This material is generally mhy stbu easensitt the psve The natural moisture roper moisture content rcontent shalt/ wet Of range from not more than 1 cent na accordance with Section 2x03.3{14)Dpercent The dry of optimum as determined material shall not pump or yield under the weight of compaction equipment an rom construction traffic. The Cantractor is whenever responsible possible, To thproe extent practicable, he material f this excess moisture wherever) material should be handled only during non -rainy periods and should be removed, hauled, placed, and ilin �m5urfa es shoufinal be graded and sloped to intermediate handling or stoc p g drain and should not be left uncompacted. dation limits: Common Borrow shall meet t perclentlng Passing (by weight) Size 6" square100 90 100 4" square 75-100 2" square 50-80 U.S. No. 4 50 max. U.S. No. 40 25 max. 11/ ­ inch No 200 i For gene sieve e a reinforced 0 pelrcent paor ssing the I -inch square sieve inch square sieve and Common Borrow shall contain sufficient fines for compaction and to bin d tion the compacted soil a aced o ets surface. a stable surface when heavy con equipment is p ANNUAL PIPE REHABILITATION PHASE 02 CITY OF FEDERAL WAY PROJECT #288 SP -122 CFW SPECIAL PROVISIONS VER. 2020.048 ICUi .._ T -2i 9-0515 Metal Castin s 9-05.15 4 Hea Dut Hinged St le Ductile Iron Frame and Cover (December 2, 2099 CFW GSP) Section 9-05.15(4) is a new section: Heavy -Duty hinged style ductile iron Sectioframe and covers shall meet the be requirements for metal cacti 90 de re i blockingn 9-c)5.15. emtorp he e ent rshall accidental hinged and incorporate g and closure. The cover shall b� ep perable by oneZO"deg ee pwhere it ca eithererson using aremafn vpedn shalt allow for the cover to p to provi in a secure position or be aremost removemoved if altd. oolsoolshand cover be pick desigslot nedhtol eliminatesolid point of removal y and surface water inflow. The covers ve t debrisllbe lockable with a cam lock from entering and preventing access t have a cap or cover to pret the lock assembly. Keys for all lock assemblies will be provided to the City. The frame and cover assembly shall ededurablele of gaskeWtohcu �ongtraffic shoock a test ad and of 100,000 lbs and include a p resist water infiltration. d astandard topslab openings, a The Wy Wae and cover assembly y standardavai able in be Circular, compatible with City of Fe a 24 -inch clear opening. The frame and cover depth shall not exceed 4 inches bolt holes. The cover shall and the flange shall incorporate o beo in9 traffic soslots dthe lid will open towards traffic. e installed with the hinge 9 Heavy -Duty Hinged Style Frame & Cover shall be ERGO Assembly: Product Number 001040401-01, Manufactured by EJ Group, Inc., 301 Spring Street, PO Box 439, East Jordan, MI 49727, (800)626-4653, www.ejco.com g_05,15 5 Hi h lm Multi -Pur ose Rubber Composite Ad'ustment Risers (December 2, 2019 CFW GSF) Section 9-05.15(5) is a new section: by Risers shalt be minimum 80% b5trw weigh risers shall be cled rubber f uniformIiquality anOd/free volume recycled RFL fiber. !isers t be from cracks, holes, and any trafficrface defcts.and hal meetorustment exceed rminimumallaad designed for heavy duty street capacity requirements of AASHTO. not be cut into piecesrnor usedent s shall as s as shiminstalled Maufacturer single unit and. shall certification shall be furnished tpnre tgthat the product uC requirements of this pcfarvnRisers shall beavailable n standard thicknesses from 1i2 -inch to 3 -inches; available flat or tapered; and in round, square, and rectangular shapes. t Riser shall be Infra -Riser Multi -Purpose Rubber High Impact Adjustmen Group, �.ejca1comring Street, PO Sax 439, Composite Adjustment R East Jordan, MI, 49727, (800)626-4653, 80Q )626- 6 -1 9-14.2 T ANNUAL PIPE REHABILITATION PHASE � CITY OF FEDERAL WAY SP -123 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 3.14,1 1 To soil T e A (April 12, 2018 CFW GSP) Section 9-14.2(1} is supplemented with the following: % sand or sandy Topsoil Type A ic comPOs it ha lalbe hl be igh/°inuorganiiicre ncontentt and n compromised spromised of fully loam. The so composted and mature organic materials. Refer to Section 9-14.4(8) of the Standard Specifications shall be dried requirements. No fresh sawdust or other fresh wood by-products to extend the volume after the composting process. Chemical and physical characteristics of Topsoil Type A shall comply with the following: 7/16" Maximum Screen Size Total Nitrogen 0.25% Minimum Organic Matter 10% Minimum pH Range 5.5 to 7.5 Conductivity 5 mmhos/cm Maximum 9-14.3 Seed (April 12, 20'18 CFW GSP) Section 9-14.3 is supplemented with the following: The grass seed dealer shall mix the grass seed only. The Contractor shah furnish the Engineer with a dealer's guaranteed statement of the composition, mixture. applied at at of purity and germination of each variety. Seed shal4 be app manufacturer's recommended rate. Hydroseed shall be composed of the following varieties mixed in the proportions indicated, or approved equal: — —� SEEDED LAWN IVIIxTURE _ BY WEIG PURI GERMINATI NAME HT �—jTy — 98%° _0N�_� 90%° Tall Fescue / Festuca arundinacea 40% Creeping Red Fescue / Festuca rubra 25% 98% 90% Highland Colonial Bentgrass / Agrostis 5% 98% 90% capillaris var. 'Highland' Perennial Rye / Lolimum perenne 30% 95% 900 (blend of two. `Fiesta II', 'Prelude II', `Commander' 9-14.4 Fertilizer (April 12, 2018 CFW GSP) Section 9-14.4 is supplemented with the following: be biodegradable fertilizer packets, 20-10-5. Apply per Fertilizer for trees shall manufacturer's recommendations. ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY (2020) SP -124 PROJECT #288 CFW SPECIAL PROVISIONS VER 2020.048 9-14.5 Mulch and Amendments 9-14.5 3 Bark or'Wa©d Chi s (April 12, 2018 CFW GSP) nented with the following: Section 9-14.4(3) is supe Bark or Wood Chip Mulch shall be medium grade composted ground fir or hemlock bark. The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The mulch shall not contain resin, tannin, wood fiber or other compounds detrimental to plant life. The moisture content of bagged mulch shall not exceed 22%. The acceptable size range of bark mulch material is'/2° to 1" with maximum of 20% passing the '12" screen. 9-14.7 Plant Materials 9-14.7 2 Qualit (April 12, 2018 CFW GSP) Section 9-14.6(2) is supplemented with the following: Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. Potted and container stock shall be well rooted and vigorous enough Container ensure survival and healthy growth. Shrubs shall have full foliage (not (eggy). stock shall be grown in its delivery container for not less than six (6) months, but not for more than two (2) years. Root bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. or Trees will be provided Tresis shall have full crowns hlngle leaders, exct and balanced bra phFngmultiple stem (clump) Measurements, caliper, branching, grading, quality, bailing and burlapping shall follow the Code of Standards of the American Associate of Nurserymen in the American Standard for Nursery Stock, ANSI 264.1, latest edition. Measurements shall be taken with all branches in their normal growing position. Plants shall not be pruned prior to delivery to site. 9-14.7 3 Handlin and Shiglain9 (April 12, 2018 CFW GSP) Section 9-14.6(3) is supplemented with the following: All plant material shall be transported to planting locations with care to prevent damage. Tie back branches as necessary, and protect barktfrom chafing ec with burlap bags. Do not drag plant materials along gr on of roots and branchewater as neceect ssary to keepsfrom roots moist. Do not or store plants for cal damage and for more than one week. CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASOE 20) 3 SP -125 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 9-'14.7 4 Ta in (April 12, 2©1ti CFW GSP)in may be by species or variety Section 9-14.6(4) is supplemented with theTagg All plant material shall be legiblytagged. with minimum of one lag per ten trees' shrubs' or vines. Remove all tagging prior to final acceptance. 9-14.7 5 Ins ectian GSP} (April 12, 2018 CFW rant Section 9-14.6(5) is supplemented with the following: envy shall reserve the option of selecting and insp�C�i�gy With The Contracting Ag The Contractor shalt provide the Contracting The material at the nursery. plants for shipping 9 at least one week notice prior to preparing or shall neither deliver to site nor install plant materials until authorise Contract Agency. by the Contracting Ag 9-14.7 7Tem ora Stora e (April 12, 2098 CFW GSI}mented with the following: Section 9-14.6(7) is suptants shall not be permitted. Cold storage of p set balled and burlapped If planting is delayed snore than 24 hours after delivery, Cover all tants on the ground, well protectedW et peatth soil - pro ectwet trootbalAdellls from freezing, p tont material as necessary roots of bare root material with al e. Water p sun, drying winds or mechanical darnag until planted. Longer storage period at rejection of plant materials by the Contracting Agency. plants shall not be shred for more than one week. project site will result 1 9-14.7 4 Sod {April 12, 2018 CFW GSP) Section 9-14.6(8) is supplemented, with the following= hall be three-way Tall Fescue Blend Sod, Raptor ill Tall Fescue with Sod Lawn s der LS Tall Fescue, 33.3 Fescue, 33.33% S o� approved equal - 9 -14 netting, 9-14.8 Stakes Gu s and Wra in {April 12, 709$ CFW GSP} in or Engineer accepted Section 9-14.8 is supplemented with the following: Stakes shall be BVC roundetdree stakes with Chainlock guying product. No wrapping req 9-14.9 Root Barrier, (April 12, 2018 CFW GSP} root Add the following new section: ro lane with 112 -inch reinforcing ribs. Barrier shall be 18 -inch high, minimum tlyckness 0.090 -inch, interlocking Root B act v barrier panels constructed of high -imp polypropylene ANNUAL PIPE REHABILITATION PHASE 3 HSE3 (2020) CITY OF FEDERAL WAY PROJECT #288 SP -'126 CFW SPECIAL PROVISIONS VER. 2020.046 9-15.1 Pi e. Tubin And Fittin s {April 12, 2018 CFW �esments with the following: Section 9-15.1 is st shall be pVC or approved equal. All fittings VC s shall be Sch 80 PVC. All All pipe and tubing PVC - pipe for the main, laterals, and sleeving shall be Sch 4 9-15.5 Valve Boxes and Protective Sleeves (April 12, 2018 CFW GSP) supplemented with the following: re flared box, HDPE construction with UV Section 9-15.5 is s for n lacking, 17'L x 24" D x 12" W with green HDPE Valve boxeduty se grey eat collar, drop inhibitors, heavy i drop in locking lid. duty polymer shall be grey heavy ned to withstand H-10 and H - Valve boxes for Double Check Valve Assembly compliant concrete, top dimensions 25'L x -defib and 24:, Q areas.traffic se b x mus 8 e com. Sox in incidental and non -deliberate 857 95 Designate box must be Com over. 20 loading concrete with AASITYC) H-10 Design Land; ASTM shall be alkaline, acid and weather ressean t, with flush locking polymer Verify size to fit Doubie Check quick coupler shall be light duty HDPE with l -!V inhibitors, 10" diameter Valve boxes for 4 flared box with bolt down Cover- 9-15 over. 9-15.6 {Gate Valves GSP} (April 12, 2018 CFW cast iron handwheel, Section 9-15.0 is supplemented with the following: and heavy du cast brass body applications, with screwed bonnet, Gate valves shall be heavy duty suitable for residential edge d ne and cial integral seats. otable water non -rising stern, solid 9-15.7 Central Valves g_15,7 "0 Manual Control Valves (April 12, 2018 CFW GSP} duty cast Section 9-15.7(1) is supplemented with the fallowing: v cast iron handwheel, suitable for residential ing s r Shut off valves upstream of automatic control valves shall be a Cavy brass body gate valve with heavy commercial potable water applications, with screwed bonnet, non solid wedge disc and integral seats, size to fit line. 9-15.13 Pressure Re Matin Valves (April 12, 2018 CFW GSP) water pressure from up Section 9-15.13 is supplemented with the following: with elating valve shall be designed to reduce incoming Construction, Pressure reg a of 25-75psi. Valve shall be all bronze body to 400psi to a rang al ex ansian bypass, serviceable in line, with internal stainless steel strainer. therm p __ . r, [OR ANNUAL PIPE REHABILITATION PHASE 3 (2020) CITY OF FEDERAL WAY PROJECT #288 SP -127 CFW SPECIAL PROVISIONS VER. 2020.048 9-'18.3 Vacant letcerrrber 12, 2012 CFW GSP) (t Section 9-18.3 is deleted and upblaced with the following new Section have the option of using 9-18.3 Block Traffic In construction of the blo�n inhecurb, planshep bo riled the shall me length black is used either length block sho throughout the entire project. qualityrtlsand and gravel, the The curb units shall be made from PO left to ea discretion of nd cement dthe gproducer when g as the unit for end proportions of which will b psi at 28 days w develops a minimum compressive strength of 1,fiQ0 loading. ravel, and cement, the type of forms used, and the method of The proportions of sand. g unit is obtained on the m acting the concrete in the forms shal�oa�c be esmasanry as dense, smooth, and co p uniform a surface as is practicable or a ns except that if not more than 5 percent omore finished curb units. The faces that are to be exposed shall be free from chips. cracks, the holes, honeycomb, or other imperfect shall not be deemed grounds for rejections and curia units contain slight cracks, smahlships not larger than Yz inch, or air hoes co The than 'Iz inch in diameter or depth, approxi the same units used in any contiguous line of curb shall have app surface characteristics. SECTION 9-21 RAISE PAVEM NT ARKERS RP 9-21.2 1 Ph sicai Pro ernes {March 13, 2012 CFW Giem}ented with the following: Section 9-21.2(j) is supe Type 2 raised pavement markers shall NOT be ceramic. FAB r-�C [ 1 N � GU C1C;NIN MA S T 9-28.1 General (January 8, 20e i CFW GSPj signs, except Paragraph three is deleted and replaced with the following: � and � series) g All regulatory (R series), school (S series), and warning parking regulation, parking prohibition signing and signs of fluorescent yellow color for pa g e III Glass Bead Retroreflective Element Material sheeting shall be constructed with Type in accordance with Section 9-28.12 of otScandler/ qua elff of for white -silver t sheeting ti g retro reflection rating Of 259 candelas) ie of minus 4 degrees, This with a divergence angle of (}.2 degrees and an All street name (D-3] sign incidence a supplemental plaques sheeting shall mee high intensity sheeting shall be Typegreater. Ill sheeting or # this specification. The reflectivity standard of supe shall match that of the primary 9 All overhead signing, all regulatory (R series) of fluorescent yellow color and all school sheeting in accordance with Section 9-28.1 Micro S series) of florescent yellow color shall meet gihe specifications of Type I the Prismatic Retroreflective Element Material lies to all signs mounted above of the Standard Specifications. This standard app on span wire or signal mast arms and all regulatory (R series} and school (S roadway, P ANNUAL PIPE REHABILITATION PH � 202 CITY OF FEDERAL WAY PROJECT #288 SPA 28 CFW SPECIAL PROVISIONS VER. 2020.04B series) signs of fluorescent yellow color Z) hall match that of the primary sign. d parking signing shall be constructed with Type l Glass Bea Materialsheetingtivitaccordance eental plaquwith es shall.12 of the matchmatch that The reflectivity standard The reflectivity standard of supplemental plaques Motorist information and Retroreflective Element Standard Specifications. of the primary sign. 8.28.2 Manufacturer's Identification and Date (pctober 23, 20'14 GFW 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 Sans (January 8, 2013 CFW GSP) Section 9-28.8 table is deleted and replaced with the following: Blank j Maximum Dimension Thickness Leser n 30 inches 0=080 inches Greater than 30 inches, less than 48 0.100 inOO in s inches —� 0.125 inches Greater than 48 inches Section 9-28.8 is supplemented with the following:unless All permanent signs shall be consneert Slgsei blarom nk min mum hick aluminum sign esbsles, based on otherwise approved by he Engi maximum dimensions, shall be as follows: s, The All D-3 street -name signs shall nentcs[ signs h with meet oo-lex exceed the mknimum Contractor shall install perms 9 lied to sign blanks with reflectivity standards. Ali sign face sheeting shall be app pressure sensitive adhesives. 9-28,9 Fiber lass Reinforced Plastic Si ns (December 18, 2049 CFW GSP) Section 9-28.9 is deleted in its entirety. 9-28.14 Si in Su 3ort Structures (December 18, 2009 CFW GSP) with the Section t9-28-14 snless otherwiseed on he plans o\rlapproved by the engineer, all sign posts shall be timber sign posts. 9 28 14{11 Timber Sign Posts december 18, 2009 CFW GSP) Section 9-28.14(1) is supplemented with the following: All ground -mounted sign posts shall E glneerr Ailrwood postsfsha I be posts unless approved otherwiseY buried a minimum of 30 inches below the finished ground line. Post backfill ANNUAL PIPE REHABILITATION PHASE 3 CITY OF FEDERAL WAY 2020) PROJECT #288 SP -129 CFW SPECIAL PROVISIONS VER. 2020 048 shall be compacted at several levels to minimize settling. All posts shall be two-way plumb. g-28.14 2 Steel Structures and Posts (December 18, 2009 CFW GSP) Section 9-28.14(2) is supplemented with the following: Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. Approved Manufacturers for Steel Sign Supports The Standard Plans lists several steel sign support types. These supports are patented devices and many are sole -source. All of the sign support types Listed below are acceptable when shown in the plans. Manufacturer Steel Si n Su ort T e Transpo Industries, Inc. Type TP -A & TP -13 Type PL, PL -T & PL -U Northwest Pipe Co. Type AS Transpo Industries, Inc. Type AP Transpo Industries, Inc. Type ST 1, ST 2, ST 3, & ST 4 Ultiniate Allied Tube & Conduit,Products, ., Northwest Pipe, Inc. Type SB -1, S13-2, & SB -3 Ultimate Highway Products, Xcessories Squared Development and Manufacturing Incorporated, Northwest Pipe, Inc. SECTION 9-34 PAVEMENT MARKING MATERIAL 9-34.3 Plastic 9 34 3 4 T e D — ti uid Cold A 2plied Methyl Methac late (March 13, 2012 CFW GSP) Section 9-34.3(4) is supplemented with the followir�g: The methyl methacrylate [Mcapable material shall b ng a minimum of two yeformulated as a ars durable pavement marking system m continuous MA),performance.wet-continuous reflectiveThe ) shall product and nd placed shall have a methacrylate (MMA}, wet c dry time (cure) to the touch of nasthan �t hmaterial b capable of retaining reflective bead and ceramic micro -crystalline ed by the elements of the drop -on or t ble fopr bituminous and concrete npa�ementsThe binder shah be lead free and s 9-34,4 Glass Beads for Pavement Markin Materials (March 13, 2012 CFW GSP) Section 9-34.4 is supplemented with the following: Methyl Methacrylate Pavement Markings Optics Glass Beads ANNUAL PIPE REHABILITATION PHASE 3 CITY OF FEDERAL WAY 20) PROJECT #288 SP -130 CFW SPECIAL PROVISIONS VER. 2020.046 Surface -drop glass beads shallbe "UtahmanBlend u er' with a Methacrylate compatible coupling agent approved by the material Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded Bore Elements or with a Surface --drop ceramic elements lemapproved ntlby tf�el be hrr►aterial mane Series ufacturer Elements shall meet compatible coupling age or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM 2176. ents or yellow The bonded core reflective elQ bonded to thellopacified ccontain ore. These ther r elements shall not microcrystalline ceramic beads b "dry -performing` microcrystalline be manufactured using lead, chromate or arsenic. All "dry -P g ceramic beads bonded to the core immersion have a n ethod minimum ll `wet performing'ctimicrocrystallineao7 en tested using the liquid oil ceramic beads banded 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 Passim (ASTM — — _ "" US Mesh Micron Standard Elements S meSeries 12 1700 80-100 14 1410 45-80 70-96 16 1180 18 1000 0-20_ 5-60 850 0-7 0-25 20 0-7 30 600 A sample of bonded core reflective elements supplied by the manufacturer shall show resistance to corrosion of their s� s� all bemade by adding 5�7 ccce after solution cancent concentrated weight) o id sulfuric acid. The 1°/° acid solutio into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the water, not the reverse. The bonded core elements ar sued foreuse withptMMA shall havet dent fid ationnon the MMA binder. Elements trea packaging or label to indicate use with the MMA binder. Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. Reflectanceical retro Typical initial retro reflectance values are shown in the Table below. Typical reflectivity is averaged cvermmo n redings.surfaces.nimum Values lepr<~sent both results rstanda epresent d average performance fors pavement ANNUAL PIPE REHABILITATION PHAU2 CITY OF FEDERAL WAY SP -131 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.04B e and va due to differences in pavement cornpen ate for and "S" series elements. Results may ry rate may be necessary area charayteristic of rough pavement surfaces. The initial retro surface roughness. increased element drop e the average value determined by the increased surface retro - reflectance of a single i outlined n shall b rllycandefas per square foot per foot- racedures outlined in ASTM E 17� . using a 30 -meter {98.4 feet measurement p expressed in units of reflectometer. RL fc-shall be exp candle [mcd(ft-2)()] The optics incorporated into the pavement marking system shalt be tend ASTM E2176 b an independent laboratory to meet ASTM E2177 for wet -recovery Y for wet -continuous performance levels. reflectance value of The pavement marking system installed shall meet a minimum Dry nye value of Pavement T p bite pavement markings and 500 M� DIM eI lectar yellow pavem3-75 ent 700 MCDIM21LX for w as described by ASTM 2 ) markings and wet -recovery ( 217�i testing) reflectance values white pavement markings and 281)M CDIM2lLX for yellow pavement MCDIM2ILX far as described by A5 125 MCDIM2lLX for yellow markings, and wet -continuous { s and the Traffic s as measured with a 30 meter device approved by of 150 MCDIM2lLX for white pavement marking pavement marking TED}. Engineering Division required to take and record readings every 500 feet. utilizing a 30 The Contractor will be a the Traffic Engineering Division. These readings shall be meter device approved by Bail report and submitted to the pra4ect engineer at the end of each recorded on they work day or shift. ^ Standard Plans -01 February �' 2f]20 W5D® Standard Plans for Road, Bridge and effective Septemb�rs3, 2019 s made The State of Washington Sta transmitted under Publications Transmittal No, PT 16-048, effey a part of this contract. The Standard Plans are revised as follows: AA -50 with Single Slope Barrier, reference C - Sheet 2 of 2, Plan, A-50.20 Plan, with Anchored Barrier, reference C-1 4a is revised to C-70.1 Sheet 2 of 2, Areference C -14a is revised to C-70.1 SheE:t 2 of 2, Plan (top), ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY PROJECT #288 SP -132 CFW SPECIAL PROVISIONS VER. 2020 04B B -10,60_E LETED B-82.20 DELETED BBQ Valve Detail – DELETED 9___1 Delete Note 1. work and the guardrail raising work to read "Remove all rail washers, also called "Snow Load Rail Washers" Revise Note 2 raising beam guardra when encountered during requires removal of the rail. Re -number all notes. C -4b DELETED C -4e DELETED C -8a Type 4 Detail" Delete "SectionAA, YP CCS Delete Notes 1 & 2. Re -Number all notes. Del ete "Snow Load Post Washer" and "Snow Load Rail Washer" details. C-20.19 DELETED C-2� 24 .1 DEL_ET E❑ Elevation – D x (0.1) + 31" is revised to read: CC�6 Note 3, formula(Elevation lS "Elevation x 0.1)( S + 31112" "Elevation G = r-- elevation view detail, the callout "SOFTSTOP (TL -2) C_22.45 TL -2) TL -2) SYSTEM For the SOFTSTOP 38 – 4 1I2" is revised to read "SOFTSTOP SYSTEM LENGTH LENGTH = 33' -- 3 1f2' C-40.14 DELETED CSD ANNUAL PIPE REHABILITATION PHASE 02 ) CITY OF FEDERAL WAY PROJECT #288 SPA 33 CFW SPECIAL PROVISIONS VER, 2020 04B located at the Sheet 1, Side Elevation: The bottom b� �ligfed' w the bottom zontal of a� 2#4 stirrup bars to base of the barrier is repositioned t match the bar positioning shown on Sheet 1, section A. Sheet 1, Reinforcing Steel Bending Diagram, (3)— Pin Slot Bar detail: Add the following callow t to the detail, "HOT DIP GALVANIZE AFTER FABRICATION (ASTM A123 OR Ap,SHTO M III)"- Sheet 2 ANCHORING PIN ASSEMBLY DETAIL:The ROLL" s now changedfirst line of the tion to "1 1/2 She under TM A36 , the title was "1 1/2" DIATER HOT ROLL DIAMETER (ASTM A36), C 70.10 Sheet 1. Note 1 was — "1 PERMANENT INSTALLATION inrequirements: i ementsnt Embed barrier Embed ri3r 3„ (in) minimum;..." is revised to read: `1 minimum in soil; ... (in) minimum in asphalt or concrete; embed barrier 10" (in) ing Note 3 is renumbered to Note 2. Sheet 1, existing Notes 2 and 4 are deleted. Exist " reveal in Sheet 1, add new Note 3, "3. See Sheet 2 for i haai31-6,itreveal inOstalled inasphaltor asphalt or concrete. See Sheet 3 for barrier concrete." Sheet 1, ier lifting slot was "T — Elevation: The dimension from the barrdi the barr end �ehlitt lifting dimension was "5' to �'4 — S" (TYP) , an 4" (TYP)" is now changed 0'' (TYP)" is now changed to "3' — 0" (TYP)" " IN TO 5" (IN) MAX. Sheet 2, the detail titled '-3' — 6" BARRIER FOR USE WITH A 0 ( ) GRADE SEPARATION" has the following changes: TO 4" (IN) 1. The detail title is changed to "3' — 6" BARRIER FOR USE WITH A 0" (IN) ) MAX. GRADE SEPARATION"' " is changed to "GRADE SEPARATION - 2. The caliout 'GRADE SEPARATION --5" MAX. 4" MAX." C-75.10 Note 2 is deleted. Renumber subsequent notes. C-75.20 Note 2 is deleted. Renumber subsequent notes. C�-7530 Note 2 is deleted. Renumber subsequent notes. C, 5-11 Add new Note 3 "3. The ii}tended use of this planContacttplacing the HQ Bridge barrier traffic jIbarrfront iier of bridge piers on bridge retrofit projects only s ecialist before using this barrier placement plan for projects involving new or P reconstructed bridges. CC -85.1 44 ANNUAL PIPE REHABILITATION PHAS02 ) CITY OF FEDERAL WAY PROJECT #288 SP -134 CFW SPECIAL PROVISIONS VER. 2020.046 DELETED C-90.10 DELETED ❑-10-10 1 may be used if no traffic barrier is attached on top of the Wali. Walls with Wall Typeall are traffic barriers attached on top of the � WSDDT Bridge rDesign Man(BDM) andlthe designed in accordance with the Curren revisions stated in the 1113115 Bridge Design memorandum. D-10.15of the th Wal} Type 2 may be used if no traffic barrier are considered no� -Standard land sihalls i �Ibe traffic barriers attached on top of the wall designed in accordance with the current WSDDT BDM and the revisions stated in the 1113115 Bridge Design memorandum. D-10.30 Wall Type 5 may be used in all cases. DDS Wall Type 6 may be used in all cases. D-10.40 attached on to ith Wail Type 7 may be used if no traffi arrer is considered nonp- f the w lat and shallbels traffic barriers attached on top of thei designed in accordance with the current WSDDT BDM and the revisions stated in the 1113115 Bridge Design memorandum. D-10.45 Wail Type 8 may be used if no traffic eonsidered nop-standard and ls slha4l rbe traffic barriers attached an top of thewallare c designed in accordance with the current WSDDT BDdM and the revisions stated in the revisions stated in the 1113/15 Bridge Design D-15.10 STD Pians ❑-15 series "Traffic Barrier Details Reinforced Concrete Retaining Walls" are withdrawn. Special designs In accordance ththe urentWSDDT BDM are required in place of these STD Plans. D-15.20 STD Plans D-15 series "Traffic Barrier Details r wthf ��� d Concrete SDDT Retaining BDM aalre are withdrawn. Special designs In accordance required in place of these STD Plans. D-15.30Cncrte STD Plans D-15 series "Traffic Barrier Details f the dCuraenteWSDDT IBDM ng aalre are withdrawn. Special designs In accordance wth required in place of these STD Plans. ANNUAL PIPE REHABILITATION PHASE 02 CITY OF FEDERAL WAY PROJECT #288 SP -135 CFW SPECIAL PROVISIONS VER. 2020.046 F-10.12. Section Title, was - "Depressed Curb Section" is revised to read: "Depressed Curb and Gutter Section" F-10.40 "EXTRUDED CURB AT CUT SLOPE", Section detail - Deleted F-10.42 DELETE - "Extruded Curb at Cut Slope" View G-25.10 Key Note 3, second sentence, was - "For single -post installations, divide the (#2w/diamond shape symbol) post MAX. XYZ in half." Is revised to read: "For single -post installations, divide the two -post MAX. XYZ in half." G-60.10 DELETED G-60.20 DELETED G-60.30 DELETED G-70.10 DELETED G-70.20 DELETED N-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is revised to H-70.10 J-10.21 in 1$, was - "When service cabet is installed within right of way fence, see Standard Note Plan 18, w 2 for details." r revised to read; 'When service cabinet is installed within right of way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan J-10.22 for details." J-10.22 Key Note 1, was - "Meter base per serving utility requirements- as a minimum, the meter base shall be safety socket box with factory -installed test bypass facility that meets the requirements of EUSERC drawing 305." Is revised to read; "Meter base per serving utility requirements- as a minimum, the meter base shall be safety socket box with factory -installed test bypass facility that meets the requirements of EUSERC drawing 305. VVhen the utility requires meter base to be mounted on the side 4 s back of the service cabinet, the meter base enclosure shall be fabricated from type steel." CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 0) SPA 36 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 1201277 volt "T" rated). Is revised to read: ,Test Switch (SPDT snap action, positive close 15 amp - 120l277 volt "T" rated)."ide " Is revised to Key Note 14, was - "Hinged dejdtumfront fastenersurn fasteners or slide latch r slDeadtfront panel bolts read; "Hinged dead front with shall not extend into the vertical limits of the breaker array(s)." Key Note 15, was - "Cabinet Mn Bonding apshall e4lutinned copper. See Cabinet Main bonding �Pda�ndard PlanJ43bs revised to read, uss shall be 4 jug "Cabinet Main Bonding JumpbeneAssembly ndinBg Ju perAssembllytdetatlscopper See Standard Plan J-10.20 for Ca Note 1, was -,,-..socket box mounting detail, see Standard Plan J -3b." is revised to read to read: socket box mounting detail, see Standard Plan J-10.20." Note 6, was - ....See door hinge detail: Standard Plan J -3b." is revised to read: "...See door hinge detail, Standard Plan J 10. J-20.26 Add Note 1, 1. One accessible pedestrian pushbutton station per pedestrian pushbutton post." J-20.16 View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE J-21.10 BOLTS Sheet 1, Elevation View, Round ConcreteTHREE REQ D.ePER ASSEMBLY S REVISED (1N) x 30' (IN) FULL THREAD TO READ: "ANCHOR BOLTS _ 3/�" (IN) x 30" (IN) FULL THREAD FOUR REQ -D, PER ASSEMBLY"ctinghe dista Sheet 1 of 2, Elevation view#Rreinforc ng bar shown,d dimension (read t3" CLR,.Def to "(TYp Y c m he top of the foundation to find 24 from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from t e top, of the foundation to find rasion, depictingfgtf�e distance f ar shown. � m the bottom CLR. o Dheete foundation from the 2 '/" CLR. dime to find 1 # 4 reinf. Bar. ce from the top Sheet 2 of d tion too Elevation 2 #4 ound), add reinforcing bemension ar shown: to the CLR. Delete ` (TYP.)' of the foundation. to find from the 2 '/7" CLR• dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Sq eanforcing bar shown. to d dimension tread: 3" CLR. Delete '(TYP.) of the foundation to find # from the 2'" CLR. dimension. depicting the distance from the bottom of the foundation /2 to find 1 # 4 reinf. Bar; mping Boit (TYP.} - 3/4" (IN) Diam. Torque Clamping Detail F- callout, "Heavy Flex Cla Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYP.) - 314" (IN) Diam. Torque Ciamping Bolts (see Note 1)" Detail F, callout, 6;314" (IN) x 2' - 6" Anchor Bolt (TYP.) Four rR Required red ((See S eeN of 2))" is revised to read; `314'" (IN) x 2'- 6" Anchor Bolt (TYR) - Three J-21.15 ANNUAL PIPE REHABILITATION PHASE � CITY OF FEDERAL WAY SP -137 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 Partial View, callout, was — LOCK NIPPLE 1 '/z" DIAM., is revised to read; CHASE NIPPLE 1 '/2" (IN) DIAM. J-21.16 Detail A, callout, was — LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter SignalLOCK NIPPLE elevation, di/2" D`AM is 4s revised to read CHASE NIPPLE Detail A, callout, was — -• 1 '/z' (IN) DIAM. J-28.24 Case E and Case F Section View dimension callout, °3' — 0" MIN. FOR BEA GUARDRAIL. 4'— 0" MIN. FOR CONC, BARRIER TYPE 2' is revised to read. `51 — 0" MIN. FOR BEAM GUARDRAIL, 8' — 0" MIN. FOR UNANCHORED TYPE F CONC. BARRIER. 4' 0" MIN, FOR ANCHORED TYPE F CONC. BARRIER". J-40.10 _ Sheet 2 of H Detail F, cailout, "12 ev sed to read; "12 X 13 x S.S. /2" SES.T ENTA HEAD BOLT AND 1/2" FLAT WASHER" is re (IN) S. S. FLAT WASHER" J-75.2(] Key Notes.. note 16, second bullet point, was: 1/2" (IN) x 0.45" (IN) Stainless Steel Bands", add the following tbthe lts and washers may berused inStainless place of stalinlesscalest with el stainless steel ends, nuts, o bands and associated hardware." J-81.10 Power Distribution Block Diagram, lower left corner, Sheet 1 of 3; Switch Pack 2; circus 623 (T4-5) [middle ckt] is revised to read; circuit 622 (T4-5). K-80.10 SIGN INSTALLATION (BEHIND TRAFFIC BARRIER) detail dimension callout, "3' MIN.' is revised to read, "5' MIN.". K-80.30 DELETED K-80.35 Add New Note 1 — 1. The intended use of this plan is for the temporary installation o Type 2 concrete barrier (See Standard Plan C-8)on cement cone ran te pavement,cement bridge decks, or hot mix asphalt pavement, and TypeF pavement or bridge decks. Re -number all notes. The TYPE 1 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F - SHAPE) (STD. PLAN K-80.30) ON CEMENT CONC. PAVEMENT OR BRIDGE DECK" is ANNUAL PIPE REHABILITATION PHASE CITY OF FEDERAL WAY (20 20) SPA 38 PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.046 revised to read, "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE F (STD. PLAN C-60.10) OR PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) ON CEMENT CONC. PAVEMENT OR BRIDGE DECK." The TYPE 3 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F - SHAPE) (STD. PLAN K-80.30) ON HOT MIX ASPHALT PAVEMENT` is revised to read. "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) ON HOT MIX ASPHALT PAVEMENT." K-80.37 Revise Note 1 to read:1. The intended use of this plan is for the temporary installation o Type F NARROWSe SStd oPlantC 8a) barr(Concrete Barrier o e Standard Plan cement concor Type 4 rete pavemType ent, 2 Narrow Base bridge decks." Replace all callouts stating "NARROW BASE, ALTERNATIVE TEMPORARY CONCRETE BARRIER SEGMENT' with "Type F NARROW BASE or Type 4 (Type 2 Narrow Base) concrete barrier segment-" M-3.50 g upper left ❑ouble-Left Turn Channeiization (with Right Turn Pocket) view, dimension, was "40' if Posted Speed is 40 MPH or less 100' if corner, "taper" dimension; eallaut —" is revised to read; "See Contract" Posted Speed is more than 40 MPH M-5.10 Rigright corner, "taper" dimension; callout ht -Turn Channelization view, dimension, upper 9 — was "50' MIN." is revised to read; "See Contract" M-12.10 Add Note 5. "Check with Region Traffic Office for RPM and Guidepost placements." M-24.50 DELETED The following are the Standard. Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00........ 8/7/07 A-10.20-00......10/5/07 7/31 /19 A-10.30-00......10/5/07 8/11 /09 A-20.10-00......8/31 /07 A-30.10-00 ...... 11 /8/07 A-30.30-01 ......6/16/11 A-30.35-00.......10/12/07 B-5.20-02 ........ 1 /26/17 B-5.40-02.........1 /26/17 CITY OF FEDERAL WAY A-40.00-00 ......... 8/11 /09 A-40.10-04 ......... 7/31 /19 A-40.15-00 ......... 8/11 /09 A-40.20-04.........1 /18/17 A-40.50-02.........12/23/14 .......... 6/28/18 A-50.10-00.......11 /17/08 A-50.20-01.........9/22/09 B-30.50-03.........2/27/18 B-30.70-04.........2/27/18 SP -139 A-50.30-00 ....... 11 /17/08 A-50.40-00 ....... 11 /17/08 A-60.10-03........12/23/14 A-60.20-03.........12/23/14 A-60.30-01 .......... 6/28/18 A-60.40-00 .......... 8/31 /07 B-75.20-02 .......... 2/27/18 B-75.50-01 .......... 6/10/08 ANNUAL PIPE REHABILITATION PH 02 ) PROJECT #288 CFW SPECIAL PROVISIONS VER. 2020.048 B-5.60-02 ......... 1 /26/17 B-10.20-02 ........ 3/2/ 18 B-10.40-01 ........ 1 /26/17 B-10.70-00 ...... 1 /26/17 B-15.20-01........2/7112 6/1106 B-15.40-01........2/7/12 1126/ 17 B-15.60-02 ........ 1126/ 17 B-20.20-02 ....... 3/16/12 B-20.40-04.......2/27/ 18 B-20.60-03 ....... 3/15/12 B-25.20-02 ........ 2/27/ 18 B-25.60-02.........2/27/18 B-30.10-03 .... ***,,2/27/18 B-30.15-00........2127/18 B-65.40-00 .......... 6/1 /06 B-30.20-04 ......... 2/27/ 18 B-30.30-03 ......... 2127/ 18 B-30.40-03 .......... 2/27118 B-30.80-01 .......... 2/27/ 18 B-30.90-02 ........ 1 /26/17 B-35.20-00..........6/8/06 6/1 /06 B-35.40-00..........6/8/06 /03 B-40.20-00 .......... 6/1106 B-40.40-02 ........ 1126/ 17 B-45.20-01 .......... 7/11 /17 B-45.40-01 .......... 7/21 /17 B-50.20-00 .......... 6/1 /06 B-55.20-02 .......... 2/27/ 18 B-60.20-01 .......... 6/28/ 18 B-60.40-01..........2/27/ 18 B-65.20-01 .......... 4/26/ 12 B-65.40-00 .......... 6/1 /06 B-70.20-00 .......... 6/ 1106 B-70.60-01 .......... 1 /26117 C-1 ....................6/28118 11 /10/05 C-1 a .................7/14/15 /6/09 C-1 b ...................8/12/19 6/1 /06 C-1 d ................10/31 /03 C -2c .................. 8112/19 C -4f ................... 11 /10/05 C -6a...........- ...•10/14/09 11 /10105 C-7 ..................... 6116/11 .............. C -7a ................... 6116/11 • •"2110/09 C-8 6/8/06 ..................... C -8a ....................2/29/16 7125/97 C -8b ....................2/21/16 /10/05 ...11 C -8e ....................6/3QF04 /07 C -8f............••-.•"..6/30 0 C -16a ................. 6128/ 18 C-20.10-05......... 8/12/19 C-20.11-00........7/21/17 C-25.80-05........ C-20.14-04.......... 1219 D-2,04-00 ........ 11 /10/05 D-2.06-01 ..... ...1 /6/09 p-2,08-00........11110/05 6/1 /06 D-2.14-00........11110/05 6/ 10/08 D-2.16-00-......11110/05 6/1 /06 D-2,18-00 ........ 11 /10/05 D-2,20-00 ........ 11 /10105 D-2.32-00 ........ 11 /10/05 D-2.34-01........16/6/094 6/8/06 D-2.36-03. •.. •"' 6/8/06 D-2.42-00. • • •....11 11 /10105 D-2.44-00.. • • • /10/05 ...11 D-2.60-00........ /10/05 CITY OF FEDERAL WAY B-75.60-00 ............ 6/8/06 B-80.20-00 ......... 6/8/06 B-80.40-00 ......... 6/1 /06 B-85.10-01 ......... 6/ 10/08 B-85.20-00 .......... 6/1 /06 B-85.30-00 .......... 6/1 /06 B-85.40-00 .......... 6/8/06 B-85.50-01.........6110/08 . 7121117 B-90.10-00 .......... 6/8/06 B-90.20-00 .......... 6/8/06 B-90.30-00 .......... 6/8106 B-90.40-01 .......... 1 /26/17 B-90.50-00 .......... 6/8/06 B-95.20-01 .......... 2/3/09 B-95.40-01 .......... 6128/ 18 C-20.15-02 ....... ...6/ 11114 C-20.18-03..........8112/19 8122119 C-20.19-03 .......... 8/12119 C-20.40-07.......... 8112119 C-20.41-02 ........ -8/12/19 C-20.42-05 .......... 7 15 C-20.45.02........ 12119 8 11 C-22.16-06....... . 7121117 C-22.40-07 ... • .. _811 2119 2119 C-22.45-04........ 11511 10/0 0/0 C-23.60-04-.......8112119 7/21117 0.24.10-02........ 418112 C-25.20-06 .... .... 7114/ 15 C-25.22-05 ........ 7/14/15 711/144/ 15 C-25.26-04. -...... /15 C-25.30-00 ..... . 612811$ C-25.80-05........ 8121129 C-40.16-02---••.. /14 D-2.48-00.-•.....11 /10/05 D-2.64-01...- 8122119 - D-2.66-00...-. 11/10105 D-2.68-00........ 11/10105 D-2.80-00. -...... 11/10/05 D-2.82-00........11110105 11 / 10/05 D-2.84-00........11110105 / 14 D-2.86-00..-.....11110/05 718/08 D-2.88-00........5 D-2.92-00........ 11511 10/0 0/0 D-3.09-00....... .5/29/13 D-3.10-�01.. 418112 D-3.11-03..-.. 6/11114 C-40.18-03 ........7/21117 519116 C-60.10-00 ....... 8122119 C-70.10-01........6117114 C-75.1 0-01 ........ 6111114 C-75.20-01........ 6111114 C-75.30-01 ...... 111/14 _ 6/11 C -8Q.10-01........ / 14 C-80.20-01........6111114 718/08 C-80.30-01 ... ... C-80.40-01........ 6/11114 C-80.50-00........ 4/8112 C-85.10-00........418112 418112 C-85.11-00........ C-85.14-01.•-•-•..6130114 6111/14 C-85.15_01 ........ C-85.16-01........ 6/17/14 C-85-18-01........6111114 C-85.20-01........6111 /14 D-3.17-02 .. . 519116 ..12111 D-4 ....................6119198 98 D-6 .............. D-10.10-01...... 1212/08 D-10.15-01......12$20 9 D-10.20-01...... D-10.25-01 ......... 817119 D-10.30-00. • •.....718/08 718/08 D-10.3 5-00 ........72/08 D-10.40-01...... D-10.45-01......12/2108 ANNUAL PIPE REHABILITATION PH 020) PROJECT #288 Sp -140 CFW SPECIAL PROVISIONS VER. 2020.048 D-2.62-00 ........ 11 /10/05 D-2.46-01 ........ 6/11 /14 E-1 .................... .....5/29/98 E-2 ............... F-10.12-03 ....... 6/11 /14 F-10.16-00 ....... 1 2/10/06 F-10-18-01 ......... 17 F-10.40-03..••.••.. 6/29/16 F-10.42-00......... /23/07 G-10.10-00........9/20/07 8/11 /09 G-20.10-02........6/23/15 8/27103 G-22.10-04 .......... 6/28/ 18 G-24.10-00 ...... 11 /8/07 G-24.20-01...... 2/7/12 G-24.30-02......6/28/ 18 G-24.40-07.....6/28/18 F-40.14-03 ...... G-24.50-05.....8/7/19 J-10.21-00.. G-24.60-05.....6/28/18 J-10.22-00....... H-10.10-00 .......... 7/3/08 H-10.15-00 .......... 7/3/08 H-30.10-00 ......10/ 12/07 I-10.10-01 ......... 8/11 /09 1-30.10-02.........3/22/13 8/27103 1-30.15-02.........3/22/13 4122114 1-30.16-01 ......... 7/11 /19 1-30.17-01 ......... 6/12/19 D-3.15-02 .... 6/10/13 D-3.16-02 ... ... 5/29/13 E-4 6/10/13 ......... .........:. E -4a ................ 8/27103 F-10.62-02........ 4122114 F-10.64-03........4122114 1-40.10-00.........9/20/07 F-30.10-03 ........ 6/11/14 F-40,12-03 ........ 612 9/ 16 F-40.14-03 ...... ..6/29/ 16 J-10 6/10/13 .................7/18/97 J-10.10-03. • • . /19 J-10.15-01 ..... ... 1/15 1 14 J-10.16-00.....6/3/15 1-40.10-00.........9/20/07 J-10.17-00.....6/3/15 /17 J-10.18-00.... 6311119 J-10.20-02..... . J-10.21-00.. 653/1 J-10.22-00....... 13 J-10.25-00.....7/11 /17 J-12.15-00......6/28/18 J-40.10-04 ......4/28/16 J-12.16-00 ...... 6/28/18 J-15.10-01 ........ 6/11 /14 J-15.15-02......7/10/15 J-40.35-01...... 5/29/13 J-20.10-04... • • • • . 7/31/19 J-20.11-03.. • •. • •. 7/31/19 J-20.15-03........ 6/30/14 J-20.16-02........6/30/14 G-25.10-04 ....... 6/10/13 G-26.10-00.....7/31 /19 G-30-10-04--.6/23/15 66 2/2 919 G-50.10-03.......6/28/18 1-40.10-00.........9/20/07 G-90.10-03......7/11 /17 G-90-11-00--- ...4/28/16 G-90.20-05 . - .7/11/17 G-90.30-04. . J-29.16-02 ....... G-90.40-02.. . :.4/28/16 CITY OF FEDERAL WAY H-32.10-00.......9/20/07 H-60.10-01.........7/3/08 H-60.20-01 ......... 7/3/08 1-30.20-00......... J-28.42-01 ....... 1-30.30-02......... 6/12/019 1-30.40-02 ....... 66 2/2 919 1-30.60-02......... 1-40.10-00.........9/20/07 J-28.60-02 ....... J-28.40-02......6/11 /14 J-28.42-01 ....... 6/11 /14 J-28.43-01.......6/28/18 F-45.10-02........ J-28.45-03.......7/21116 J-28.50-03 ....... 7/21/16 J-28.60-02 ....... 7/21 /16 J-28.70-03 ....... 7/21 /17 J-29.10-01 ....... 7/21 /16 J-29.15-01.......7/21116 J-75.45-02 ...... J-29.16-02 ....... 7/21 /16 J-30.10-00......6/18/15 J-80.15-00 .. J-40.05-00......7/21 /16 J-40.10-04 ......4/28/16 J-86.10-00. J-40.20-03......4/28/16 J-90.10-03......6/28/18 J-40.30-04......4/28/16 J-90.20-03.......6/28/18 J-40.35-01...... 5/29/13 J-40.36-02......7/21 /17 J-40.37-02......7/21 /17 F-40,15-03 ...... -6/29/16 F-40.16-03. - ...... 6115/ F-45.10-02........ 16 F-80.10-04....•.--7/15116 10/13 G-95.10-02........6/28/18 G-95.20-03 ........ 6/28/ 18 G-95.30-03 ........ 6/28/ 18 H-70.10-01......2/7/ 12 H-70.20-01......2116/12 H-70.30-02......2/7/ 12 1-40.20-00.........9/20/07 1-50.20-01 .......... 6/10/13 1-60.10-01 .......... 6/10/13 1-60.20-01.•••..•...6/15/16 10/13 1-80.10-02 ... ....... J-60.13-00.......6/16/10 J-60.14-01...... 7/31/19 J-75.10-02..... 7/10/15 J-75.20-01.. - . ,7/10115 J-75.30-02......7/10/15 J-75.40-02.. ... 6/1116 J-75.41-01.. --.6/29116 J-75.45-02 ...... 6/1 /16 J-80.10-00.....: 6/28/18 J-80.15-00 .. ... 6/28/18 J-81.10-00..... 6/28/18 J-86.10-00. ...6/28/18 J-90.10-03......6/28/18 J-90.20-03.......6/28/18 J-90.21-02.....6/28/18 J-90.50-00... -6/28/18 ANNUAL PIPE REHABILITATION PHASE 3 (2020) PROJECT #288 SP -141 CFW SPECIAL PROVISIONS VER. 2020.04B J-20.20-02........5/20/13 J-20.26-01........ 7/12/12 J-21.10-04......6/30/ 14 J-21.15-01......6/10/13 K-80.37-00 ....... 2/21 /07 J-21.16-01 ...... 6/10/13 J-21.17-01 ...... 6/10/13 J-21.20-01 ...... 6/10/13 J-22.15-02 ...... 7/10/15 J-22.16-03......7/10/ 15 J-26.10-03.....7121 /16 J-26.15-01..... 5/17/12 J-26.20-01.....6/28/ 18 J-27.10-01.....7/21 /16 J-27.15-00 ..... 3/15/12 J-28.10-02......8/7/ 19 J-28.22-00.......8/07/07 J-50.25-00 .......613111 J-28.24-01.......6/3/15 J-28.26-01......12/02/08 J-28.30-03......6/11 /14 K-70.20-01 ....... 6/1 /16 K-80.10-01 ....... 6/1 /16 K-80.20-00.....12/20/06 M-1.60-02.........6/3/11 K-80.35-00 ....... 2/21 /07 K-80.37-00 ....... 2/21 /07 L-10.10-02 ........ 6/21 /12 L-20.10-03........ 7/14/15 L-30.10-02 ........ 6/11 /14 M-1.20-03 ......... 6/24/14 M-1.40-02 ......... 6/3/11 M-1.60-02.........6/3/11 /19 M-1.80-03.........6/3/11 ..7/21 /17 M-2.20-03.........7/10115 7/21117 M-2.21-00......7/10/15 /19 M-3.10-03 ......... 6/3/11 M-3.20-02 ......... 6/3/11 M-3.30-03.........6/3/11 M-3.40-03.........6/3/11 J-50.15-01 ... M-3.50-02 ......... 6/3/11 M-5.10-02.........6/3/11 J-50.18-00.......817/19 M-7.50-01 ......... 1 /30/07 M-9.50-02 ......... 6/24/ 14 M-9.60-00 ........2/10/09 J-40.38-01.......5/20/13 M-40.30-01 .... J-40.39-00...... 5/20/13 J-40.40-02......7/31 /19 J -45.36 -OO..., ..7/21 /17 J-50.05-00 ...... 7/21117 J-50.10-01 ... ....7/31 /19 J-50.11-02 ....... 7/31 /19 J-50.12-02......8/7/19 M-80 .10-01 ...... J-50.13-00.......8/22/19 M-80.20-00...... J-50.15-01 ... .... 7/21 /17 J-50.16-01.. ,...3/22/13 J-50.18-00.......817/19 /17 J-50.19-00.......8/7/19 J-50.20-00.......6/3/11 J-50.25-00 .......613111 J-50.30-00.......6/3/11 J-60.05-01.......7/21116 J-60.11-00.......5/20/13 J-60.12-00 ....... 5/20/13 L-40.10-02 ........ 6/21 /12 L-40.15-01........ 6/16/11 L-40.20-02 ........ 6/21 /12 M-11.10-03........8/7/19 M-40.30-01 .... M-12.10-01...... 6/28/18 M-15.10-01........2/6/07 M-17.10-02........7/3/08 M-20.10-02 ........ 6/3/ 11 M-20.20-02........4/20/15 M-60.10-01......6/3/ M-20.30-04 ........ 2/29/ 16 M-20.40-03........6/24/14 M-20.50-02 ........ 6/3/ 11 M-24.20-02.......4/20/15 M-80 .10-01 ...... M-24.40-02.......4/20/15 M-80.20-00...... M-24.60-04.......6/24/14 M-80.30-00......6/10/08 M-24.65-00......7/11 /17 M-24.66-00......7/11 /17 M-40.10-03......6/24/14 L-70.10-01 ....... 5/21 /08 L-70.20-01 ....... 5/21 /08 M-40.20-00...10/12/07 M-40.30-01 .... -7/11/17 M-40.40-00......9120/07 M-40.50-00......9/20/07 M-40.60-00......9/20/07 M-60.10-01......6/3/ 11 M-60.20-02......6/27111 M-65.10-02. ..... 5/11/11 M-80 .10-01 ...... 613/11 M-80.20-00...... 6110/08 M-80.30-00......6/10/08 END DIVISION 9 ANNUAL PIPE REHABILITATION PHASE 0) CITY OF FEDERAL WAY PROJECT #288 SP -142 CFW SPECIAL PROVISIONS VER 2020.048 ►A \ � I m W r - D a 0 a� MO �M L3 Lu W LnW wl'rjJ OwZ " )d U NQ UNCI z nL L � �w w o w 0 `�7m W z=1 oCa �S Lu in MS WS U U z 0 of N ZJ k r e d N P W aL'i T�o times n W waducn Qw 0 ti CD N O LL ZM I 3M O U Y J m0 d3 V: r N W li LLI Z' P zP 2",P r U 7 S =nw d} o _ `L J P W W� Z � r- N i'liLj Z En PPP P WN v Z U a X I W LL • - f¢' � N � vi Lie ��r, • Y y V.a7. UW'I \0 K b N IZ P,S, 0..ZW WPW O _- K C0. Z�• 7-�� C4m I r�a4 N -- iA 4 71 i r7 Z p z �a�� oa PwR NZ� OZ (7P Q 4 Q W W 0 w Z i LSI C] U L I IV13AI8(3 �� .I �7 haw NO dYiV`amnD � � nw 4 a a Cl NWV7 m W r - D a 0 a� MO �M L3 Lu W LnW wl'rjJ OwZ " )d U NQ UNCI z nL L � �w w o w 0 `�7m W z=1 oCa �S Lu in MS WS U U z 0 of N ZJ k r e d N P W aL'i T�o times n W waducn Qw 0 ti CD N O LL ZM I 3M O U Y J m0 d3 V: r N W li Z' P zP 2",P r U 7 S =nw d} PCf W i?-' `L O r P W W� Z � r- N i'liLj Li "'� J PPP P P Q X ~ W }O 1 w- W �z0� Lie ��r, Q W 2i- 12 P IZ P,S, 0..ZW K C4m .,.a La iA 4 Q i r7 Z p �a�� oa PwR NZ� OZ (7P Q 4 Q W W 0 w Z i LSI C] U �� 7j n� haw P W � nw 4 a a Cl NWV7 W O dC3 N e:i Z S pP F-Wi'i U U ? w Z P O Q P a-0 r i J w oW�� NZZ N Z owN W � � �- m Q O --• Z Q 0. PT; 0 o¢�� --c _p N N S P J W m '4- zs� O- U - a Z�¢ N W� a N N _ ¢ 0 W g Z ¢ 6 W Q W� Q3 N IL Z w d W •N Z�W x ZwWr J[ 0. •P w S ¢r W rJ Q p S�ZW r7 �c m W r - D a 0 a� MO �M L3 Lu W LnW wl'rjJ OwZ " )d U NQ UNCI z nL L � �w w o w 0 `�7m W z=1 oCa �S Lu in MS WS U U z 0 of N ZJ k r e d N P W aL'i T�o times n W waducn Qw 0 ti CD N O LL ZM I 3M O U Y J m0 d3 T: o �:,; !- W W v NINA 11311011 Na3=l J,8 NAA"G d o o 116d N � I 9 101' e QW m W c N fff c a Z V 19 Jw° ❑ ° 5 c' O a G Ia n ° no E c = y ji 37 E 1= c 0 tj r - T: o �:,; !- W W v NINA 11311011 Na3=l J,8 NAA"G d o o 116d N � I 9 101' e QW m W c N fff c a Z V 19 Jw° ❑ ° 5 c' O a - Ia w Y w 0 z .I I I•_y � I w Y w 0 z (5 Z Z Y m 3. him U) vy tic :c 0 0 -7 w u LLJ rn ,9l cm UK ci kn O w 0 IL IL as .zJ9 Z Y m 3. him m m D U w rd � r iJ J 00 0 W L^ U Z LY y C) <- 1V Q w n rt y } LJ O [Y 6 � w J Q O W W � � 0 W U— so LL< J 3 0a: Z U- W N W U g0 w� mz U � C7 Q Z J NQ S fn W Q W O � Z —0 0 N V 3 cn 0 r w O o� ~ UCj r W � G sma CL 3 W oza V Z cc L) W a� 0 jE 0� Jv W � a j � Wo W❑ UJ k Lu O 7 U t W 1313 za a m oc V EDGE EDGE OF PAVEM SHOULDE oill Y kY14.I RES90ENTIAL. `iN. 'R. —LANE. —LANE NOTES-- /INDUS7RLAL DRIVEWAYS WIDER THAN 40' MAY BE a, THE ElICINrF-R ANO THLOACTIVITY BEING SEWED, ALL C© 80 m� TRAFFIC DUSTRIAL pRIVEWAYS SHALL RAVE AN3.04.SION JOINT LOCATED MiD—WICTI+ SEE KCRS SEC 2, PIPE SHALL BE:RUNOFF• AND A SIZED TO CONVEY COMPt1TE0 STQRM WATER B- MIN. 12" DIA.ME'ER. AND THAN E%tS1iNG PIPES WITHIN C. ECUAL TO OR LARGER 500' Up-gREAM, AND p. BEDDING SHAT -L BE 5/8" 1AINU5 STC. 3. E)SPOSED PIPE ENDS SHALL 13E BEY SLOPE SURFACE. E BEVELED TO MATCH THE SLOP FACE AND PROJECT NO MORE THAN 2" PROJECTING HEADWALLS ARE NOT ACCEPTABLE. 4. ALL PIPE SHALL BE CLASS N CONCRETE PIPE, AND SHALL HAVE A MINIMUM OF 12' COVER. 5. PIPE SHALL BE iNSTALLEO IN A STRAIGHT UNIFORM ALIGNMENT AT i00 FT.) q5T 1 THE. A MIN. 0.5% SLOPE (O-5 1=T- PER ENO DOWNSTREAM END LOWER THAN T}iE UPSTREAM c�or F. PIPE: MAY BL OMITTLFLA tO IF ROADSIDE DITCH DOES NOT EXIST AND DRIVEWAY DOES NOT HLOCK NA MAJ�,H TO SA( EDGE OF 7. 9i7I 5HOu5DOPEER SSHAL LOPE A 40 EDGE OF SHOULDER SHAL' � NOT ALTERED i A RESULT OF DRIVEWAY CONSTRUCTION THE RIGHT—OF—WAY8. PAVED DRNIEWAYS SHALL BE PAVED THROUGH wtTH 3" (MIN) A_C.. BUT NOT P C.C. 9, GRAVEL DRIVEWAYS SHALL HAVE. A. DRIVEW YwAPP 3" BETWEEN THE EOUE OF Pa.VE.MEKT PAA RI (MIN) A.C. ONLY wITH DIMENWN5 LmW- 10. SINCLE—FAMILY RESIDENTIAL USES SHALL SURFACE THE OF �� FT OF UNPAVED DRIVEWAYS MEASURE? FROM TEE BACK SIOEWALX DR PUBL'C RIGHT—OF—WAY, WH.ICIiEVER IS GREATER. 11. SEE SEC. 3.2.13. REV: MARCH 201 n DWG. NO - SHOULDER & DITCH 3-5 WORKS SECTION DRIVEWAY 61-0. 12' SHQDLDER WIDTH C w (VARIES) W z I 4MIN] x Wi J � Q1 � 3 ?I wl ui� xl U IIxi � �fD4- ,�I 0.02_0 �5 ExNG 0.02 F'7./. 0.02-0.05 FT. Fr. p05S1B✓� GRAD£ {_} SFC�I� NOTES-- /INDUS7RLAL DRIVEWAYS WIDER THAN 40' MAY BE a, THE ElICINrF-R ANO THLOACTIVITY BEING SEWED, ALL C© 80 m� TRAFFIC DUSTRIAL pRIVEWAYS SHALL RAVE AN3.04.SION JOINT LOCATED MiD—WICTI+ SEE KCRS SEC 2, PIPE SHALL BE:RUNOFF• AND A SIZED TO CONVEY COMPt1TE0 STQRM WATER B- MIN. 12" DIA.ME'ER. AND THAN E%tS1iNG PIPES WITHIN C. ECUAL TO OR LARGER 500' Up-gREAM, AND p. BEDDING SHAT -L BE 5/8" 1AINU5 STC. 3. E)SPOSED PIPE ENDS SHALL 13E BEY SLOPE SURFACE. E BEVELED TO MATCH THE SLOP FACE AND PROJECT NO MORE THAN 2" PROJECTING HEADWALLS ARE NOT ACCEPTABLE. 4. ALL PIPE SHALL BE CLASS N CONCRETE PIPE, AND SHALL HAVE A MINIMUM OF 12' COVER. 5. PIPE SHALL BE iNSTALLEO IN A STRAIGHT UNIFORM ALIGNMENT AT i00 FT.) q5T 1 THE. A MIN. 0.5% SLOPE (O-5 1=T- PER ENO DOWNSTREAM END LOWER THAN T}iE UPSTREAM c�or F. PIPE: MAY BL OMITTLFLA tO IF ROADSIDE DITCH DOES NOT EXIST AND DRIVEWAY DOES NOT HLOCK NA MAJ�,H TO SA( EDGE OF 7. 9i7I 5HOu5DOPEER SSHAL LOPE A 40 EDGE OF SHOULDER SHAL' � NOT ALTERED i A RESULT OF DRIVEWAY CONSTRUCTION THE RIGHT—OF—WAY8. PAVED DRNIEWAYS SHALL BE PAVED THROUGH wtTH 3" (MIN) A_C.. BUT NOT P C.C. 9, GRAVEL DRIVEWAYS SHALL HAVE. A. DRIVEW YwAPP 3" BETWEEN THE EOUE OF Pa.VE.MEKT PAA RI (MIN) A.C. ONLY wITH DIMENWN5 LmW- 10. SINCLE—FAMILY RESIDENTIAL USES SHALL SURFACE THE OF �� FT OF UNPAVED DRIVEWAYS MEASURE? FROM TEE BACK SIOEWALX DR PUBL'C RIGHT—OF—WAY, WH.ICIiEVER IS GREATER. 11. SEE SEC. 3.2.13. REV: MARCH 201 n DWG. NO - SHOULDER & DITCH 3-5 WORKS SECTION DRIVEWAY �5 b z Y� Y 0 Z� �M c Z O I�J1 p U Z< '11x51 LL, � O C- —AI AI i M QM O 3 EnCl 3 WO Q Q Sgt � Ut OIY- O o r t D 0 9 U Z<v Q a o En Y W Q W � w o a M U1 Z t11I F� U ofOJ I— O .Z Z W �Z a UO W Z U UH d ci 1? o�y�11 0 W32 J1LLJ (A U tL N Irj3 O W Zn � Uj O 02 w i Z12 K W 6 9ifL 0 Z� �M c L-4 7 g E.. 01 ■� §m )§ V. ' § \ (n § # i �" x % § rL { z N ƒ z z 3 2 _ Do 0 % a z z < « 0- w a � f ( z I I � Z O I � W k_ c z Z2 C) J \ � k k p UA zf E# 0tn Ld n a 2 J� g a (D LLJ $ // $ k 2 ¥ �u / % q / b / c V)7 ° LJ 3 0 } � r / o a # \0 / z / ƒ <� / / f / b @% 7 #@ k g3 . Q ® co a0 �3 7/ \ // / \\ / / =4 0 L $0f �/$f �$ 0 w � ?Q A W /m $ � ± SEAL JOINT PAVEMENT RESTORATION MINIMUM 3" HMA CL J" LIMITS, 1" BACK FROM PG 64-22 (COMPACTED DEPTH) OR MATCH EXISTING EXISTING ACP EDGE OF TRENCH WHICHEVER IS GREATER (3' VII,4. WID-H) :.,.. •C EXISTING BASE 1' NATIVE SUBBASE -'' ACP TR EN C H RESTORATION FOR ' BACKFILL SEAL JOINT EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BAR -� .25' MIN. NATIVE SUBBASE SEAL JOINT EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BAR PAVEMENT RESTORATION LIMITS, 1' BACK FROM EDGE OF TRENCH EXCEPT IF WITH 3' OF JOINT THEN REPLACE TO JOINT 3' MIN. WIDTH MATCH EXISTING DEPTH PCCP PAVEMENT iS TO BE CsNSTRLCTED PER W --,DOT STANDARD 5-05 15' MIN. EXISTING BASE 10. G ! i?vii•c. 0.5' BAR 1 a y LENGTH P C C P TRENCH 5/8" MINUS BACKFILL RESTORATION FOR TRENCH 1,2 PAVEMENT RESTORATION LIMITS, 1' BACK FROM EDGE OF TRENCH EXCEPT IF WITH 3' OF JOINT THEN REPLACE TO JOINT 3' MIN. WIDTH MATCH EK SG ' 'P COMPACTED --WP1'H WITH HMA PG 64.-•22 rIISTNIC OEPTH PCCP P.h'VEMENT IS TO BE CO�ISTRUCTE.D PER WSDOT STANDARD 5-05 15' MIN. - � 1 = f } EXISTING BASE IN. 25' M` 5`Nt 1 1 0.5' BAR LENGTH NATIVE SUBBASE �--- 5/8" MINUS BACKFILL ACP OVER PCCP FOR TRENCH1,2 TRENCH RESTORATION NOTES: 1) FOR TRENCHES LESS THAN 18" WIDE, USE 10C o CDF FOR TRENCH BACKFILL. 2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT-OF-WAY SHALL BE MIN. %" CSTC. JULY 2014 DWG. NO. aww PUBLICI:: TRENCH RESTORATION T WORKS 00 N A 0 Y J a' Y- M 0 M 3 V� I O 1 I Z II � II � � II G � II in o I = l z0 I I �0 F I I � N c' Ito I I W i u j I `0Ln 1 11 �N 10 QQ (13 w I �j 2 �= I 4 Ol iYY c i ✓ } 1 r i � I I L. oc� w3�grr V) I �`• i I �W N4C7v } I{ r rn c Q zaax� o ❑ z -il Fx I 1!y W W W ¢o I a SIL = OEL H aU a W l a l a..\y.,:tii.. p.LD \ � I II {I I V � lI II `� Il 1 {I 00 N A 0 Y J a' Y- M 0 M 3 V� Z W W W V) W Q a 3- LL - 0 V a Ill V N Z 0 a 0 N W o f= V) J W O ce ce z Q o U WZ N a t 0 U i Q 3 0 a O W F- a 4 a U N J .S cr m Z O a C3 a_ a L61 W W F- O Z =r. tll;, o O Z_ ZV C7 i d W O RE C7 � 1 LAJ` A SMI cr w N c� o zsr J �-j ZZ w �0..WCC)� CL N�< v� �3rnZ OX Nco N�Q U2 pQ aUJ °4 Q Q C (Y CC 0 Ln Q N J O S� `2_r w UU J cr 2 Z W W It Mt.,: 6 O JO U W N So O Z < W N V) rjJ 6 < - m 4 J O ©�ZZ W� Z U Ll m 2 W U N w� a ZO U� D gall O W O {Y_ iaA �y a o O Z_ ZV C7 i d W O RE C7 � Z 1 LAJ` A SMI cr w N c� o zsr Q a L)� w oCL< w m�L0 CL N�< z� OX M�vi z a+ w o y z < L j aUJ °4 Q Q C (Y CC Z ? A SMI cr Z LLIN r z a+ w o Q aUJ °4 Q L 0 Ln Q N J <PX cnz S� `2_r w UU J cr W W It Mt.,: 6 O JO U W N So O Z < W N V) rjJ 6 < ZW li U J O ©�ZZ W� Z Ll m 2 W U N w� a ZO U� D gall O Zp N U M > Z Z > O {Y_ iaA W WHO SX U N FFEnz LLJ L, QL)gr Q O. ZCLD (n W a r to o a �� O w U VI Uwe. aLLI PISt ao j �o z�� Owm v o a3 W Y QTZ, Z Q a Q � N 6 d' �� U 0 O S z C w M N YZZ Z m M O O W J a r a cnFX ac +��a Nw N a ZZy S a n Z U. z j N V) M M n N O Z 0 Z a U Y J a, m0 =a3 CL 12 WW Q$a F- F F N Wu� w 33Q a J aW�o a Y '� W pq n �y[Y U W Z 0. wY� wwm Ln Y❑Z. w C]2 0. Q � w N ~ w ❑W ul Von i www 4 WN p Q]= Y �,L 'J 23- O, ywLCNy 7ZsaW ZY Uiam� w ca� arrn� m�zoF w ZN ¢❑fir N w¢`CC1Q77 w Q,r. G7 IEw �x �. ji�iJ Y3 h�a 4 2m 11;5 w =W Ef1 g�g�tZi7W J C12a pr3u Y goo U Ii1 N w�Z 2�m4J- Nr V] YY a HF- O .w_. V7111i� Ln %i7N L 4 N® Y a 7� kr.N�¢YLJ wQ ❑ w w OY w ;o.jm w o�n� ice`-❑¢,�,3�1tn cL J3 Y ¢.� Uix] �$fw QwC4�Z Y m1N,un Q� g cQ W Q pap d� Y Y Yp �0N� Qit m6m 4] ❑0.'U � ma N� NSC] �[L W .YCI� y 0p.=�r❑wfe~� a ¢W 0,4 p7 ww Oa r?c�a1Y ❑� Gds �`O �� dCi Yw Vwr ? zfXi ''' dO @YOrz Z� �❑�o! avSc7 �d G[r Z`fl wi❑`- r�_'q'q� �w N t?pa�¢i 4w, :n Lu �_j wew.. wP U 0.`22 kQ w> JC�_]d Q¢O-❑U (L � n Ci Ci O i M n N O Z 0 Z a U Y J a, m0 =a3 CL 12 WW Q$a F- F F N Wu� m M M n N O Z 0 Z a U Y J a, m0 =a3 o c7 c9 wy rj ra �, � Y N p r P W cc�77 N �4airi7 O s w p [C CL r - C U a p. ,Z2 CZ WUQN J}- C7J�m•" U22 }ice iU 7D W ZLLd aYCG LL": �.ril r�pZ r N rnyfp" ttttj7777 C) (n 7 N Ur r� Od'. N d d' a. 17 �. 1/1 Q 6 O 6 UNQ 6UL- Nd Ur ,4iR ~WC % t? p S nrp}-. W� Y�O' IL W yy c d Zd 7WJ i �=3Zw ,. tSNCJ=- ZUW Q Vi V muuti m a�¢o`' a 0. 4" ¢ --,D DU`='W vF to 4wt N Q a! Owd NJ -S O P'i~~5N C70.L� U7O K K Ur�116� U7zi-�C] 'I-' V J CSCG�Q �V1 wYU p W p6� NJ ��yhvNNl z c in wuizmN m naz xxa �o a oa c�1^ i tti mTdrws-c+y�'wL"' �yr� aR7��srd- wNu's$� J rn? �d4z�a r4i -0 2: 010.3 fr ov o �r¢ a w, w o WW� a jm, g z� 00 0 �aW V=q7 eXg7 Rod OWU ? J][a Q�RCW4 N LnU C II� W=Ni ]CRMM , JW'- ZZy!'1dy fiQ �:J Jp dT2 W' lrfl� Qri :i�V-- J��� d� V1i� U,Z Ya CTd, JyCZ 2�m C74C 1L 4N4 LSQ IL SN2r'i'�` QYi W.W XONCflU O iD O Z ,ZL � 7F�7J3H '%7ri L O W PAR �LL WTT �xx�yy �04�P �pCdO C]� �3rbS% �3#=fix �ddR d� S,-2ra PuEs z= zx ��ySaSb w �xzz;3 Vie; rs�dv p cn.n n o� o' cvodov U Y m W- m 0 CL3 s 'mono � a p mf �Ny Y On N111 4C ,ZL � 7F�7J3H '%7ri L O W PAR �LL WTT �xx�yy �04�P �pCdO C]� �3rbS% �3#=fix �ddR d� S,-2ra PuEs z= zx ��ySaSb w �xzz;3 Vie; rs�dv p cn.n n o� o' cvodov U Y m W- m 0 CL3 'mono Y o0 'PPO N111 a � w�a ,ZL � 7F�7J3H '%7ri L O W PAR �LL WTT �xx�yy �04�P �pCdO C]� �3rbS% �3#=fix �ddR d� S,-2ra PuEs z= zx ��ySaSb w �xzz;3 Vie; rs�dv p cn.n n o� o' cvodov U Y m W- m 0 CL3 f -J L U Y J M M CL3 �I a� r L) p OL) tzU WRQ �I,.aem WQ dU� L 3�a ❑ Q W � OZ � ' Z N m L^ �Lr w WY Z. an a s w��d fir; ar - �H o NON ar�`n x0nW� z m C u Q U V J w Z W pM CL riW{y.( m sar 0o RP T- mo Jj J2 N [f1 %C+� gi 9. 9 X a�_� yl Wmd m m ZTQ' xr�3 � NW YeJQL.1 }Q om :SQ0 � u1� 44TT { FF N Oma Z y Q ¢a O 0 w Q, 4N �7 Q iii oa OQ � eQN � Sm o0 �r4J QVL � a7 , oc�r a r rac�z �S°awCL N 17 v ui m rz m f -J L U Y J M M CL3 �I a� N � _ " � r � nn NO /.' U� mo �3- a pol:1 X SH rr� N Z J n W Q Z S 4 F< W IL m m N w J CY O rxU4 3� w c3z (5ZX V1 mow} w 0 p cry C,cra Z 0 z w iod #�a� �cYyypQ ui U) v vi u ow. °k v �'� °C 2� Z z V� _ ¢zl7C Um N Lm]JxyC[P Or Vi M. ZF.M�Z W JQ1 own QiF6 F- 111 ri ¢ mriQ wl�l� Q` LLQ Z fl1N �d ��w U r�W L+J? wZ � LUL" -.1 ❑. f17 6 UZ w �_ U de 2 U f7 7 U7 `o, ,- zZ 99 7 U Y LY w fY [] 77 -aw MZ N W IU]Zp �ii �U W z mm� ch a *� moo- azovw� rvn2 :c1 _ ow zn p cs O_ Y to 4 c m r. w�}w as®� ;Fro z ID� °°�v7rnY ow oxo o aJ� ;yw J,- `a n� m..�=- nrY v�4� 1o�r o(rwwv-sn3 mm NN q wo � s� Lm" wej ran 'ir,Z ®f+y W 'aJY ¢U� FL4�ZO�wl1 UN Zron! i �_ O% _a -lmanQ'Q�Qz 7CI 9ZC7j S J 4h �? MWNgq2w�Y mFsW,anb ~ W ir ON O Q=gW4 Ya OYO dW r``r 17a�Y�fl� w Z C]U Zi t UrUF,Z Q��QD R' 41x1 im .J4 L7i Wr' (� ❑- YPCLin YC XX r -Q i7 r+LYiZ Lam© Q�(L�a N M � n m ai d Z N � _ " � r � nn NO /.' U� mo �3- a pol:1 X SH n N � _ " � r � nn NO /.' U� mo �3- a pol:1 X 0 H Q J s Q u �- y U) Z to L WI Z D v QC n w i� Li aX vw w0 aJ �Q V U Y J � m O a3 P � Z D lit I r I ■ � l I I � J J m I X n x o vi n O 4 ,y .ZZ = .Z/L 4 .11 FI z m I r x4 7 Al y n� i7 a 2 o [j O % o r �UO � pWW�w J� ti J o aMo v+ w ¢ �F3 � in ui W Z N M 0 H Q J s Q u �- y U) Z to L WI Z D v QC n w i� Li aX vw w0 aJ �Q V U Y J � m O a3 U n a� I fs I y� i ri r � 1 14-- I fs I y� won -y4aa kvxoaa m —i af 6 z0) 0 rJ U cn J Y m� O Ca3 NILS J Y m0 a3 N 3 U yy fn K N 1- Y O o z vfA U m J R] F aI Q 'ny r o 121 g� 6 U U1 F 3: Y W W J (n Z xj p RE R N M d J Y m0 a3 Y t � �Qt;NI]RY NAME t ir1 z O ti L� a � o a W m 17, W Q] x Az 0 � < and�n F W 5 ul O N .-Yo a� a a 3i ��mW3 W LLJ wa W w W O O '+s z u m LL O W C72Yom' Z go O ON W W O¢ U K p Fr W F r 6m w [J co -- =3,W C �Qc,� N C1d � c N� OHO mS plL LLI o a Gd s6 N Z Kl LL t � �Qt;NI]RY NAME t ir1 z O ti L� a � o a N � ce W 0 V � Z_ �e. 0 0 J O Z 0 w MM 72 rZ ie § � e \\ 3 * » 8 '® §§ ) j IL �� \% :• o { \ B -. �� # ¥` Z\ § ; < in /) ) § : § k §3 _ § X,- > \}§ W §� ® e E : »k1 k k« j .w . w z @ o zo K S W r - § � K §¥ . w f 7 4N \ ��.. -! . Icai � (\ w J L ` § § .. \k § 2 § N � ce W 0 V � Z_ �e. 0 0 J O Z 0 w MM 72 w` 0 V 0 Z U 0 J z m 0 wMM ce 0 LL W Q U. U Y J K m0 CL3 U J 04 M O v o w �o z I wr �0-M =r ¢ I 00 w¢',':} aW ~CU~ rN U �of txU Oar Im¢w_w � xw II �t�7)Q O tn Z X of fn�Q V) V) W wwzr� �wwtn CL U- 0 FWU x. M UxW�q Z V) T ¢ WOJrr U� N pN ~ rmw 0U Ljj wt �. `jLLJ � o J a(dAl) O 2 NIW w9 -i a W O w x U W r Loa ^ Z Z J ¢ p p ¢ Ir a J pwr J U mUd0 `.I Q - �¢0 Z 00 -j y U q w jZ? a_ =` - =`o W g pal p z =ice - J zWr v w } (n -_- JJ IJ J Ln OH ¢ J b _cam_ W !iJ. cn - = Gi Gi F¢-- W0 ui U w-wd¢ F- {fl arm 25 Uf SOO ¢ zU� S N¢ w Cj u of w fy_ C LY t1} -J U 2 Z W W :3 InaQ 2 OZ S= Vu, cn(TZ C~j0W W OM m Ln 70U !=YQO�I wg iYZ< nO ? N SUMZ Q = vF WLR_ Z�z c� N � ¢Fa0 aw J Z<ZO ¢YZaI CI LL Z U W U ¢ S m Q 02atwLu Y� H oOJ�w0 CL N f ,ci co r z V) UOw�I t7' z o=Z oU) �¢w iJJ wU c ¢ Dom¢ YU U wial r WZ Zz lIS _ U� fn¢ =V) []Y 6¢J- Zt.71 1y t d U- v CE, i a CL z> d0OnZ< oOf 03 < r� H z W d 0 W J W N 0, W LL ", W -� V � �~ LJ 0S F- LU ""I Z O ZxUM�J WD �O pa{iz. O W- W 0 Jw3rz Z O 0 U- wz Jw W 6 oc�o 0 �O wW U< w�oz O�WW zzcL� `` ` DU DO zw za - wU¢�+� tXZWz� 0� N '5 W U arQ a)U d p W 3 g �J �w DZ "L pWCY /,... wW w<w0� g N Q 4 O r �¢ mY Z) �w pi Nps v ro00 J zzp x � �13� CV 0 Zzz Fr W w wi}L[+�7J, ¢� �in�0 = U� ¢pZp0 0 CLW I V) LUF V1( W � F- Zp U zZ�Li}10 CL a- �WCJ �r qZ <a I v UOQ Q�yU1 o- w -���(Sj�S ! O a �W �ilM zZo 'W9 a az Ooh j zm z(wn WOD -i wwo wg¢ >UZ W47 WxCl LL Axa ¢x0 OOw ¢snwQa]z w¢z ONw USQZ w CLrz Upd s-�z3 ¢ LLJ V) O N r7 a al N Z U J 04 M O N K d �� o WLd aEL wd � '"za omOa�i rY2W R n 0 7 main Qx12 zo 3 �� NJ ipil0 ; Na H oq SW 5 Z w VIX0 U =l.Nt 04� ,+�' Q 7 inp JJ p mO RWC Off+ZY W ZW F Z ati Q_ 4 W 'I, �O �ou�i. w� �� Z W i+. U roC H4 O om U VO �� F Nw aa0. mLa amu. o= �cn H Uw xj PQ VO WW j. In °i� � w O O � ��C7 w. W �`pa �Sa�L1 d6 7 2Z Lnwr d WW Vy¢r/10. ¢?T IUiJJ~ �+�+ '"sW �y Q -C -r]] iN V - �X cmtii Iowa aU� in i_ 00 Ua� /1 a W w � 0 N a r-•Cs=s CCda Ooh O Z w. [.7 i.7 W W. N �aa n. 0m 0 Z (J/1 O zap R4 -r' =9 r WOW � 'p pC¢j SCJ 67 ^ 4J� w G U OLj 2=�-� m¢p �WZ k, �5V1 l�1d W- m 6�a yV� Q[„f U2 �� ©yam FQ V Z mOW �wEL UW rn pw N M. NN WKWm3 0� �Wra KOU /pjN VP`= 5_ *tn .rtQ� >J ,�U'yU U PO U T ii 47 s. 11 Z _y W W ? C.:�R ri 4�f7� w `�� r -[i W d Qm U Q0.❑ 7=J Ix CL o ,�z� a� zJ �'-:��� ?c Awa CL macs o ~O r N M 1!i fC r� a0 04 O Z se W� U. 45 g 5 RLa (i ., .. M4 '7CYl1„9 L Ak � 1 � Z h O A U K Y _ tja c F 112 � d Z d. V 7i V O e Z CL 00 H' LL O !- CL JW �W 0 W. r D V F.. U� W ~ ow LL Z L) U Y J a, M a3 _ �om� D rn E m rn 2Ny 'o I r S z pI D a��o Z R rn " rn LA SS> m QRZ C N D 0 an ry C) T` Z 0 5Z n 'x pyres m Moro S rno?g 0 -4CAzn o d CA rNn Z oo 0 D � a A D n = r X NOgay Crn p S �j a m z cn a y rrn m Qrn O Mv% > Ln r� v x C— N C WZD o ? Cr)m Ul -i Ul 2 mD a :N = r a= � Zrh 9 D D �r rn ,:�NpC'I 1 � rn -4S2 N1m��'1 Z pI D rn rn " an SS> Ln � fI1 x1 N D > S C- ry C) T` N 5Z .'� 0 O 'x I Z � I C Z rn � o �°� D D m D m � x <n ° p -1 D Z -- co m 0 D Z S O rrn ® -r Ul 0 O rr-- y 2 rnrzr X ren M11 r"z a ma p Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 overtirne C'cretes Overtime calculationsbased ttprojects, must he not less than the prevailing railgo of wage minus the hourly rate of the costs of fringe benefits provided for the worker. 1 • ALL 1i01 ­'PS �WORKFT) 1N FXCESS OF T TIMES EIGHT HOURLY(8)HOURS P OF WAGER DAY OR FORTY (40) HOURS PER WEEK SHALL BE LAID AT OINE AND ONE H.� B. All hours worked on Saturdays shalabe paid a at the e and o ate al wages the hourly rate of wage. All hours worked on Sundays and holidays shall be paid 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 All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 0) hour workweek day and D. The first o-j]l (ry) hours before or .tart •rrtlar iilerteithcr )• -orkwv ek shall all be paid att one and one h f times the hourly ilii tirtit ei17ht i wf hours worked the nc t rate r}f wage. All additional hours worked anti all worked on Sun�l:uys and holidays shalt be paid at double the hourly rate of wage. E. The first t�vc+ i,1 huttr� after eight f R1 rC xukrfr lir7ttr, Vinnrla7' throw a da herho d thers �rksd��londay through S i;ght (8) hours on S l r��lIV, shall be paid at one and ('rrc"a"'tiEilc� rlt • l't) ' rI e ul wa5�- and all hours worked orl 5urldays and hi�ird;iyS shall be paid at double the hourly rate of wage. F. The firsttwo (2) hours after eight (8) regular hours Mondry through Friday Ail other and the rne hours worked) l 0,irst n Sarurkk \. shall be paid at one and one-half times the hourly rate of vva r - shall be paid at double the hourly rate of wage. All hours �Norkcd on Labor Day shall be paid at tllrc.: notes rhe i)� >t' rate of wage. j -11-5t Loll rs ed G. The fust [en (10) hoursworked maid at o{;tc and One lle ll;ill tIIlics tlhc Ills IirllLtIa� ct[ Ik�4aL,n All �hours � of d n excess often ten hour schedule, shallp (10) hours per day Monday through Saturday and all hours �vorkeil till tiunda .int+ h It i.r.; ,hall be paid at double the hourly rate of wage. H. All hours workers on Satordavti (��cept ntakcul3 d tys i f work is lost date to Inc lcnu Al lvl;our�yF cOrt-iit"'s or equipment tvo i kcd Monday through breakdown) shall be Bard at c ne and ons: -halt time; tile. hourly rate 01 tk a e. worked on Sundays and holidays shall be pard at double the hourly rate Saturday over twelve t I') hour and all hours of wage. I• All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. �`lic first two (2) hours attce' cr ht c 5) rclzular 1100 ; Monday through Fnday and the first ten (10) hours on Saturday �h:ilV be pairs at cane anil one -h rlf times tltr lzc?t r!y rate of ■vas.=.e- All hurts .vorkcd over ten (10) hours Monday through Saturday, SurtLlays and holidays shall be paid at douhle the hourly rate of wage. K. All hours workod on Saturdays and Sundae the hourly rate of wageone d one-half times the hourly rate of wage. All hours worked on holidays shall be paid is lost due to inclement weather ll be paid M. All hours worked on Saturdays hourlyerate of wage. A[lihours worked on Sundays and holidays shall be paid at double at one and one-hal f times til 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 3/4/2020 thru 9/1/2020 Ove rtime Codes CQrntinued d one-half times the hourly rate of e. hours 0. The liryl ren t li}] houvs d Yv ed o r [er t dal :ay s { 1It hours, Mondabe paid atone ynthrough Fridayand after ten ( 0) hourson Saturday v. orked on Sundays• I10and s11a11 bG paid at di,uhle llle Hourly rate of wage. P. All lu�tli'* vv orked on Saturda s e (except m ours worked circ ii li y ssl ill bewarrant) paid at double the hourlypaid rate of wage. stan one -hal I' tirncs the hourly rate g lcr eight ('8) regular hours Monday through Fni.lay and up to ten (10) hours worked on Q. The first two (2) hot!rs atnd one-half times the hourly rate o6 vv-ai e. rill hours wnrked in excess of ten (10) Saturdays shall be pard at one a hours per day Monday Ihrvugll Satal1iaa and all hours worked on(hours worked r,hnstnl y LHday shuilrl c,l�aid at two and one-half timels be paid at double the hourly rate of ge 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 alter eight (8) regular liol.lrs !vlonday through Friday and the first eight is) hours on SaLLIr IaV ;Vlal! 4,c paid at one and one -hal the hog 'yu1dvut,lle r the hourly rate of wage. All ll hours worked on oha is vvol Ways F1,cd pan [ _cbodlev L) r II?ay Ixiur` v� orkeii. except Labor Day, shall p sliali he pard at three times the hourly rate of es the hourly rate of . All hours worked on U. All hours worked on SaturdaysLabor Day) ll be I ;hall he POne lld anl[ atLwol ltlmes the hourly rate of wag All hours worked on Sundays and ltc�lid:rys (except Labor Day shall be paid :it three tithes the hourly rata orwage. mas day) l be paid at one V. All hours worked on Sundays and holidays of wage. All hourspworked ontving Day and Thanksgiving Day and Christmas day shall be paid at one-half times the hourly rare g double the hourly rate of wage. yond the of W. All hours worked on Say udayan ll(_1 Sundays One-half i nes (except make � F vary age. All hOLH_s due to 'i`ti�o kel�lryon holidays shallbepaid employer)) shall be paid MIQ at double the hourly l y hr ur. Nionday X. The first four (4)hraurs after d un�it altilt�nlc�+�l�rl>r�L�rly Itrrcror v■ag4t�Alllhotar ilv.otrl �d ,over tvvelVc�lt Itours on Saturday shall be paid at one an through Saturday. Sunday; and lxilid iVs ;hall be Pail! ;at double the 11OUrly I �t� ui vv:;_'e �'v hetl holtriaV tE Its on through a Sunday. tht day Before Saturday. l~riday. slid Ilic day aftvs Sunclly.Sat�ti+ncluv. ,h:aVl be c«nsiclered the holida.find all vy ork pe''ti,rnted shall be paid at double the hourly rate of wage. v' Y, All hour, vvi�rketk t)ut;i�le the holirti of S [1S} am and 0) pm (or such other hours as may 11C a lieLd upon by any er employk r and the emlal� We)�'al !1iu+iid110 `ay;vlcrc atin exc�,Vahor da_vlttilil:till b��l}allot one and onclllaIft, thes the thoor ariy rate workweek l and on Sal urc y it LChOdUled or appro of wage, lcxccl,l for cm alt the �i[,nl Iltrtlnie ratetlulti1l theytiinve wa kedd 8 hours inaIday j 10 in a 4 xol ldworkw nk]lor wotkvveek sha1V he p.itrl worked Monday Saturday over twelve (12) hours and all hours �40 hours riltnng that vv'orkw•eek.) All hours vvo rud on Sundays ztnd Labor i)ay 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 Gimes the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes C©niit"Jed 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 he 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 l drxt 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 r<rt.t of vage- On a four-day hour weekly se.I.edtile, either 7onday thru Thursday or Tuesday thru friday tichedLIL, all hours worked after ten shall lx: ,aid at y ; hle. rhe h itheT rate ak +'age• 'Che hest eight (8) hours worked un the liFth day shall be paid at one and rrc hall Tines Tile hourl} rate of wage. All other hours worked oil rfrc fifth, sixth- atu6 seventh days and on holidays shall be pard at r101111le the hourly rate of wage. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight r i me per d.t . or ten ( [0) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours ti>I strait*lrt time per week, Monday through Friday, as outside the normal shift, and all work on Saturdays shrill be ljaid at trine and one-half the straight time rate. Hours worked over twelve hours (12) in a single shIF1 and ' .tll ')r' Vxrf+7nt:cil after 6:00 pm Saturday to 6:00 am Monday and holiday's shall be paid an double the straight tulle rate ofpov Any shut starting between the hours of 6:00 pm and midnight ,hall receive an additional one dollar (Si.00) per 11c)trr for :ill hours worked that shift. The employer shall have the sole discretion to assign overtime work to emplfwues I'rtrnary c+nsulerarian for overtime work shall be given to cmplovee� regularly assigned to the wort. tr' be Vrerfnt�rned on overtime situations. After an employee has worked eight (8) hutrrs at an applicable ovcrtitne erre, ,111 akiditronal hours shall be at the applicable overtime rate until such time as tine employee has had a break of eight (8) hours or more. y when C. Work performed in excess of eight ( 8) hours of straight h urs of dtra ht dmey, or ten l0) hours of per week, Monday fibro per Friday, or four ten (10) hour shifts are established, or forty (4U) 8 :Tll �.�� rk Saturdays shall be paid at one and one-half Wiles the hourly t' wage. ,�f outside the normal shift. and un Sa outside work performed atter G:(]l1 pm 5aturcl:ay to �Jy) am. Monday and Holidays shall be paid at double Ilse 11001 IV rate of wage. After an employee has worked ei_)lit (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 3/4/2020 thru 9/1/2020 U►er•tinte [:cedes ConCnue.d ays ays shall e paid at E straight time work is ac hie d� hen any hours workeoer double All hours worked g 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Sanirday ;hall be parol at true rind one-half times the hourly rate of wage. All hours worked on the hm oily rata of usage. All hours worked on paid holidays shall be paid at two and 5ctttday Ball be paid at two titti�s ,mc-lialf times the hourly rate of wage including.~ Holiday pay. H. All work performed on Sundays betty. fen March i lith and October 14th and all Holidays shall be compensated for at t.vo ;_'} times the regular rate of pay- Wont i'01-fim iied on Sundays between October 15th and March 15th shall be Compensated at one and one half (1-112) times the regular rate of pay. J. All hours .+nrked bet.vicen the hours of 10.00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays Miall be paict at at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays ,-hall be laid at duubl:° t.ite hourly rate of wage. Work performed in cxcc�s of eight (8) hours of straight tinie per day, or ten (10) hours or straight time per day when lour ten t.lil! hc7ut ~bins arc estiialttihev. or _ ti}rty (401 11outs of straight tm)e. l,er week, .tome." through Friday, or nut>itle clic north,[ � am to bpm shirt, and aril work un iturdays. shall be pall! at one .tnd ane hal 'tira,Gs the hourly rote tit wage. All .. irk peT i'omled after {)ilt} pin 5anrrday to 5.t10 ;mi 'v101111y and litilidays, and all hours worked in cc,ti of twelve k12) hours in a single slu ['t shall Lie paid at dtiubiz the Hourly rate of wage. \.iter an cmpio};'x l;as ,anti. d 'ieht tR] houj-; at are rtplilicttl}le ovcrtinic rate, all additional hours shall be at the tp;+Eic.iblt: 'i") CT'! to rat _:nt.rf sunt it rr is the esti plovee li is had a break of eight (.A.) hours or min•::. When an employee t ns to v,uik .� tthitt t art least ei t e t}urc t 1 i i fit.) c vfl sine their previous,-hi;t. to sucl: tttnc shall be a continuation of ;iitti and paid at tlt,� applicablE 'rt:,nt tt uFtil }ic+tihe :hall have the eight ( M) h0ltr5 rest period. 4. ALL HOURS WORKED IN FXC FSS OF EIGHT (S) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HAL.F I lNll S THE HOURLY RATE OF WAGE. per day or forty (40) urs per week be d at double the hourly rs A. atelofttwage. Alllhottns worked on Satu days Sundays and holidays hall be pard atsut All double hehourly rate of age. 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. ()rr'`1t,ntlav itirough F�ridkiy• the lrrsi four (4) hours of n�°crtinic atter eight (8) hours of straight time work hall be paid at nue and one halt t I I'_'t theles the straight time rate of pay. unics!� a four (-l) day tell t 1(1) hour work,6% eek has bce,i vt:tblishad. [.Zn a i'ottr [ }] day ten isll7) iit,irr t�tni eek ,eheilulcd vlr�nday throe h �hurcdav, nr Tuesday thrx; th 1 ridtry. the lus�� st •t, (' ) IZaus-s of n o�ct1o,e atter ten ( 1 sal hour.; of �tratLht titi,e ��t rk tihkill be patcl at one and one haft { [,-]."] titncs ilio straight time rate pis' poa s (_1n Saturday. tiie lirst t.+thy ( 12i hours of work shall be paid at one gild ,,tie Bali'i 1-1 }times the stmt± lit titnt talc ❑r p.tV. ONC pt that tf thej his i}wn en tiltanclay tlrrnughFriday due to �■cathi r conditions or other cvnditivns vutstcie the Ct�ntrol ctr the :ni,Inr cr, the iit'st ton (10) hours on Saturday may he ..orked at the straight time rate of pay. All hour• ..orl.cd t,.cr tucl.e t 1 _}hours in a day and all hours worked on Sunday and Holidays shall be paid at tivo 12) times that straiLlit tithe r.tte (-A 4 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 overtime Codes Cortlinued ours wrn kui in excess oi' ci rht (8) hour~ per y' r daor Forty (40) hours per week shall be paid at double the hourly 4. D. All h rate o rs rkc hours �. c rl ee€ on Satt.,rday . Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all nlenbors of tilt a"si'-Ped cre"' EXCEPTION: On all multipole structures and steel transmission lines, switching statiotl�, I•c1;ulatin�, G; J[Pac1tt7r st.,tuvlc. gencrattng plants, industrial plants, associated installations and substations. except those substations whose prtnr<rt-v Fullclion is to feed a distrIbUtion system, will be paid overtime under the following rates: The first n10 1 2} hours atter eight (8) regular hours monday through Friday' of nL`irtirrlc on it TC:1,1Uhtr WOrkday. shall be paid at ono Lind one-half titncs the hourly rate c l xvagu. rill hours in execs:, often ( 10) hours vv Ill i:o at I vo lul ltmcs the hourly rate of v at,e The first crght (4) hours Epi rkod 4711 Saturday will be paid 7t oric and cots 11a1Cf k 1 _'} t"ts I 11 hoLErly rate Ui' wage- ,ill hours worked in excess ut eight (S I hours ern Saturday, and all h47tlrs worked on Sunda4 aild holidays � 111 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. he first two (H) flours after ei ht )regular hours l ionday through Friday and the first eight (8) hours on Saturday shall be paid at one and one I, ill' 1n1cs the hourly rot ,,t u:t c :1.11 other hours worked Monday through Saturday, and all hours worked on Su n,'..t r , -t i t, l l lc'l,,l ',• = sJI J I I I'c ; ,:u d at double the hourly rate of wage. ith r !�3oi1 d.ir Ihru Tbursclay or Tuesday thru Friday schedule, all hours (]n a four day. len-hour weekly schc l-:Ic. ■':nrked E1E_, tin shall b- pat;! ,a douh file hioElduv or Friday not ul.iiir.ed in the normal four- l-:etu• work week, an ,'• ti �tasE .ty ,l-�tll 1'- X7,.!41 31 P ,ind One hall (I' _) times the rcuular shift rate for the first .111 other h4+tit Elc.:d �loEl�iav tluuuy+h Saturday. and all hours workcd on Sundays and holidays :i EII hu n[Ltd Ltl i,+.;rlc tho lt_+urk s rte of wage. F, SII hk+.,r t 1; .:41 I)ciween the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium t; 4;• ;,; 'i3' ;r the hourly rate- e. All IhOUN worked on Sundays shall be paid at one and one-half times the hottrly r,tc , ,i,c. All hours m orked ort lioIidavti shall be paid at double the hourly rate of wage. G. All hours .corked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday thlt7u;_',h Saturdtly over twelve (12) hours and all hours worked on Sunday= and hnlidgvs 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 tilt firwt eE+,lit (8) hours Lin Saturday shall be paid at one and one: -half times the hourly rate of wake. All other overt Enle IlnutS 'A orkL�d except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hotu's .corked on 1-abor Flay shall be paid at three times the hourly rate of wage. 1, The First eight (8) hours worked on Saturdays shall he paid at one and one-half times the 110LWIN' rate of Nvage. All on Saturdays shall be paid at e€otibic the hourly' rat;: of wage- All hours hours worked in excess of eight (8) per Llay' worked on Sundays and holidays shall bo paid 'ai double the hourly rate of wage. J. The first eight (8) llcxrr: wq)Tked on a Saturday shall be paid atone 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 rale of �vaLe. 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. Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 ch ...time Crudes Ointinuerl L. The fust twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hou y rate of wage. All tweE�'e (12) hours shall b( Haid at double the hourly rats of pay. A!1 hours hours worked on a Saturday in excess of worked ttiVe]�z il') in a dao' NtondaV through Freda}. a1l[I all bouts �vnrked nn Sundays shall be paid at loublc the hourly rate of age ;ill hcnurs ��orkcd on a holiday spaid beaid 3t one. �rtd one !i r!i tunes the hourly rate wut u;rge, except that all hours worked on Labor 1.)ay ;hall be paid at dottl7l the hourly' rale of pay. M. All hours worked on Stuulay and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours Prom 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 pet'R)rnied 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 •ka21(:. O. All trouts worked between midnight Friday to n�tdn j+o ht ;unda} shall be paid at one and erne -half the hourly rate of s of etgho. I S) c(,ittin,tnt�s hours in any one or more calendar days, all wage. Alter an employee has worked in exces additional Doti � All hours worked an(1-lu'ltdays�,lntl I ham` Tae , shall be at the pat(l at (l��ublc,ic as the ernploytfo has the hourly rate of wage. had a break. of six (ti) hours or m 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 i 8) regular hour: �t(tti.lt�� tlne7ui h 1=riday and the first ci!;ht { t) hOL rs on Saturday it shall be paid at one and onc-hal at tipic dohe uble hourly ly ate.( 1.hlllhour l�ti'�ortee d on 5urs u i rya t3It,d k .re lay' 1 h ill I�Mpaid at through Saturday shall be paid double the hourly rate of wage. mes the hourly rate of as LIFday Is R. All hours worked on worked ys shall be pziid at one and one-h�i if All hours worked on Sundays t and holidays shall be paid at double the hourly , ate the sixth co Y 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. f he first r-., , [') lu urs crf overEini Por haute worked Monday -Friday shall be paid at one and on( half Unica tIl i"(1 :uriV rate of wage. All hour, Wt rl c(I in excess rf ten (!()) hours Her day' shall be paid at (ioLLl�le the baso IV rate of tins*c. All hours worked on Sundays and 11,lidays shall be paid al d it1hic Ilse he}tirly rale +IE Awa �. I i+r �vnilk un Satt tday +h�e}t is scheduled prior to the end of shirt on 1 rtd,ay', the first .i4 e.t',) l kz(,urs work shall Lac {} s�sE at one .qui nnSAtircit' Wh cIt hourly rate of wage, and aII hour, o.et I t,) shall t -)c paid double the hOUrly rate: o! �wa_,e sir ��trtk ut was assi�1.11ed I'LlVlowing the Joe , of shift oll 1 [ 16jav, all work shall be paid at double the hourly rate of wage. ot r f ' i hours alter cioh1 ( ) regular hours Monday through Friday and the firsthvej,e i l�'] hours on tiararday U. The first I shall Ire pslK, aloiLe atxl one hts[I itrttcs the knurl} r3tc (+l wvage. (Except on makeup (lays if work is lost due to inclement ar rate.) Ali worked over twelve (12) weather. thew tlxc iirf ctFattur i�,u�i�lli ha tursiay wnrl cd on 5unay he dndhyy and lull days .,,hallbepaid at double e hourly hours Monday through S rate of wage. Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes (.onlinued 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: th n Saturday mai. be worked ati :l toltlntdI'4 tllake-ill) day at. the straight time rate. 110%vever, Saturday shall not be utilized as a maks -up day whell a holiday ills n11 1 riilav :\ll work performed on Sundays and holidays and work in excess of twelve (t j ilcrur per ,ia. shall b p•_tici le tit,ubl4 }'.r] the straight time rate of pay. After an employee has worked eight (8) hours at an applirabic overtitnc rate. all additional hours shall be at the applicable overtime rate until such time as the employee has hada hrcak u I eight (8) hours. When an employee returns to work without a break of eight (8) hours since; their previous shift, all such tune -,hal I he a continuation of shift and paid at the applicable overtime rate until such tone 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 How's v orkcd on Saturdays shail bt paid at one and one-hait-tilne., the houdy rate of wa-c..'lll hour,,, worked on Sundays .md holidays shall be paid Fut double the hourly rate ul t 11 ilrk pert'c,rsllcd outside the nor -mal ,h19't of 6 am to 6pn1 shall be paid al rrlc and One -halt the araighi time rate. lc\cept for pccial ;hilts or three shift operallo"O. All work pcfl'or,ncd on Sund;ayti and lu,ltdays Nh ill he paid at double ncc hourly rats nl`\vatgc. Shins ltla�' hr estahhshcd when considered necessary by the Employer. The Employer may establish s!1M , :t : ; o:t i ll o ` c li ' i r. ti l ol- r - "Il 10) how's o#' w nrl I subject to to ,1C' _''yh i -7-022), that shall constitute a n ,:.11 }]iV Eic tl 1 fh k 1}iC hIGVe11aP._'=sola ri, (i 4 ten hour schedule or back to the other MI !lei irti I'%• nr1 n, t[iCyt 51tf Ity ;hall be pall for at the Stralgllt t]rtW11 IUTIV rtltc. 11'orlc performed in excess ofeight 11UrirS (or ten hours per day (Subjcct to 1k AC 296-127-0-22) �llall hu pard at olle and one.. half the straight time rate. When clue to conditions beyond the control of the Employer. or when contract spct:lficatitins require that work can n!y fJc p r1i11"111C[i l]tltSiele the rc,ular clay Sill ll, t11c n !J� rllutuul a rTOCliient a special shift niay be worked at the sunlight tlnle rare, ei ht (8) hours work tor- eight (8) hour', 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 prevtous 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. Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 4_ Y. Work performed in excess of eight (8) hours of straight time pur day, or teii . 11!1 !;n-,rL 01' tr ii,'111 time per day when four ten (10) hour shifts are established, or forty (40) hours of rE i; ! 1 itisc !,, E i4. \Ionday thrOL[oh Friday, or outside the normal shift, and all work on Saturdays 511all be paiQi :tt [111]e :fnk] !r. h>t1i tl�4 �iraighE time rate All work performed after 6:00 pm Saturday to 6:00 am Monday and holid:E\ s �,I all 1,;: l.tatk-t Lit cioui)lc the lratght tittle 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. 11olidav Codes A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Than kI\ ing D,, y, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A l Falls un 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). Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 1-iolidav Codes Continued R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half - Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 2 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Holiday Codes Continued_ D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1. 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. U Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Holiday Codes Continued Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. B. Holidays: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) 11 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Holiday Codes Continued 15. D. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and the day after Christmas. E. Holidays: the day before New Years's Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day. (12) Note Codes D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 12 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 `rote Codes Continued S. 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'- 53.00 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 prcnnun,ti as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1,00, and Class D Suit: $0.50. Special Shaft Premium: Basic hourly rate plus $2.00 per Four. When due to condition., beyond the cotttr(,l a i'f1t . C,mliloyer or �,4hcn an ounrr Inst act incr a- the contrador], a goverrmnent agency or (he conrract i4peciftcattons requires that work i:an only be performed outside the normal j am to (,past shift, then the spy tial shift premium will be applied aa.) the basil: hourly rate. When an employee works c}tt a sI)cci l shaft, nccy shall be paid a spcc.ial shift prerrtiunt for oach hour worked unless they are in OT or Double-time st,austi. (For cNanrplc, rbc pecj�tI shit[ premiuni docs no( 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 3/4/2020 thru 9/1/2020 Note Codes Continued A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) —130' to 199' — $0.50 per hour over their classification rate. (B) — 200' to 299' — $0.80 per hour over their classification rate. (C) — 300' and over — $1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 —A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. 14 County Trade Job Classif Wage Holiday Overtime Notes King Asbestos AJourney Le, $50.86 5D 1H King Boilermakdourney Le, $69.29 5N 1C King Brick MasoJourney Le, $58.82 5A iM King Brick Maso Pointer-Ca $58.82 5A 1M King Building SeJanitor $25.58 5S 2F King Building Se Traveling V $26.03 5S 2F King Building Se Window CI $29.33 5S 2F King Building Se Window Cl $30.33 5S 2F King Cabinet MiJourney Le, $22.74 1 King Carpenters Acoustical $62.44 7A 4C King Carpenters Carpenter $62.44 7A 4C King Carpenters Carpenters $62.57 7A 4C King Carpenters Creosoted $62.54 7A 4C King Carpenters Floor Finisl $62.44 7A 4C King Carpenters Floor Layer $62.44 7A 4C King Carpenters Scaffold Er, $62.44 7A 4C King Cement M;Applicatior $62.97 7A 4U King Cement M;Applicatior $62.47 7A 4U King Cement M;Applicatior $62.97 7A 4U King Cement M;Applicatior $62.47 7A 4U King Cement M;Applicatior $62.97 7A 4U King Cement M; Building GE $62.47 7A 4U King Cement M;Compositic $62.97 7A 4U King Cement Mi Concrete P $62.47 7A 4U King Cement M; Curb & Gui $62.97 7A 4U King Cement M; Curb & Gui $62.47 7A 4U King Cement M; Curing Con $62.47 7A 4U King Cement M; Finish Colo $62.97 7A 41J King Cement M; Floor Grinc $62.97 7A 4U King Cement M; Floor Grinc $62.47 7A 4U King Cement M; Green Con $62.97 7A 4U King Cement M;Grouting o- $62.47 7A 4U King Cement M; Grouting or $62.47 7A 4U King Cement M;Gunite Noz $62.97 7A 4U King Cement M; HandPowE $62.97 7A 4U King Cement M;Journey Le, $62.47 7A 4U King Cement M; Patching C, $62.47 7A 4U King Cement M; Pneumatic $62.97 7A 4U King Cement M; Power Chir $62.97 7A 41J King Cement M;Sand Blasti $62.97 7A 4U King Cement M;Screed & R $62.97 7A 4U King Cement M; Spackling c $62.47 7A 4U King Cement M;Troweling 1 $62.97 7A 4U King Cement M;Troweling 1 $62.97 7A 4U King Cement M;Tunnel Wo $62.97 7A 4U King Divers &TE Bell/Vehicl $116.20 7A 4C King Divers & TE Dive Super $79.23 7A 4C King Divers & TE Diver $116.20 7A 4C King Divers & TE Diver On Si $74.23 7A 4C King Divers & TE Diver Tend $67.31 7A 4C King Divers &TE Manifold C $67.31 7A 4C King Divers & TE Manifold C $72.31 7A 4C King Divers & TE Remote OF $67.31 7A 4C King Divers & TE Remote OK $62.69 7A 4C King Dredge WcAssistant E $56.44 5D 3F King Dredge WcAssistant N $56.00 51) 3F King Dredge WcBoatmen $56.44 5D 3F King Dredge Wc Engineer \A $57.51 51) 3F King Dredge WcLeverman, $58.67 5D 3F King Dredge WcMates $56.44 51) 3F King Dredge WcOiler $56.00 5D 3F King Drywall ApJourney Le, $62.44 51) 1H King Drywall TalJourney Le, $62.81 5P 1E King Electrical F Journey Le, $31.99 5L 1E King Electriciam Cable Splic $87.22 7C 4E King Electrician! Cable Splic $93.74 7C 4E King Electriciam Certified V1 $84.26 7C 4E King Electrician! Certified VA $90.47 7C 4E King Electrician!Constructic $43.18 7C 4E King Electrician!Journey Le, $81.30 7C 4E King Electrician!Journey Le, $87.22 7C 4E King Electrician!Journey Le, $47.53 5A 1B King Electrician! Cable Splic $82.39 5A 41) King Electrician! Certified Li $75.64 5A 41) King Electrician!Groundper $49.17 5A 41) King Electrician! Heavy Line $75.64 5A 41) King Electrician!Journey Le, $75.64 5A 4D King Electrician! Line Equipr $64.54 5A 41) King Electrician! Meter Inst; $49.17 5A 4D King Electrician! Pole Sprayi $75.64 5A 41) King Electrician! Powderper $56.49 5A 4D King Electronic -Journey Le, $53.57 7E 1E King Elevator Cc Mechanic $97.31 7D 4A King Elevator Cc Mechanic 1 $105.06 71) 4A King Fabricated All Classific $18.25 5B 111 King Fence Erec Fence Erec $43.11 7A 4V King Fence Erec Fence Labc $43.11 7A 4V King Flaggers Journey Le, $43.11 7A 4V King Glaziers Journey Le, $66.51 7L 1Y King Heat & Fro Jou rneyma $76.61 5.1 4H King Heating Eq Journey Le, $85.88 7F 1E King Hod Carrie Journey Le, $52.44 7A 4V 8V L_WTV 8Y 8Y 8Y 8Y King Industrial Nourney Le, $13.50 King Inland Boa-BoatOper $61.41 5B 1K King Inland Boa -Cook $56.48 5B 1K King Inland Boa-Deckhand $57.48 5B 1K King Inland Boa-Deckhand 1 $58.81 5B 1K King inland Boa -Launch Opt $58.89 5B 1K King Inland Boa -Mate $57.31 5B 1K King Inspection) Cleaner Op $31.49 King Inspection) Grout Truc $13.50 King Inspections Head Oper $24.91 King Inspection) Technician $19.33 King Inspection) TvTruck O1 $20.45 King Insulation )Journey Le, $62.44 7A 4C King IronworkerJourneyma $73.73 7N 10 King Laborers Air, Gas Or $50.86 7A 4V King Laborers Airtrac Dril $52.44 7A 4V King Laborers Ballast Reg $50.86 7A 4V King Laborers Batch Wei€ $43.11 7A 4V King Laborers Brick Paver $50.86 7A 4V King Laborers Brush Cutty $50.86 7A 4V King Laborers Brush Hog $50.86 7A 4V King Laborers Burner $50.86 7A 4V King Laborers Caisson W( $52.44 7A 4V King Laborers Carpenter' $50.86 7A 4V King Laborers Cement Du $51.80 7A 4V King Laborers Cement Fir $50.86 7A 4V King Laborers Change Ho $50.86 7A 4V King Laborers Chipping G $51.80 7A 4V King Laborers Chipping G $50.86 7A 4V King Laborers Choker Set $50.86 7A 4V King Laborers Chuck Ten( $50.86 7A 4V King Laborers Clary Powe $51.80 7A 4V King Laborers Clean-up L; $50.86 7A 4V King Laborers Concrete D $51.80 7A 4V King Laborers Concrete F $50.86 7A 4V King Laborers Concrete P $51.80 7A 4V King Laborers Concrete S $51.80 7A 4V King Laborers Crusher Fe $43.11 7A 4V King Laborers Curing Lab, $50.86 7A 4V King Laborers Demolition $50.86 7A 4V King Laborers Ditch DiggE $50.86 7A 4V King Laborers Diver $52.44 7A 4V King Laborers Drill Opera $51.80 7A 4V King Laborers Dry Stack V $50.86 7A 4V King Laborers Dump Pers $50.86 7A 4V King Laborers Epoxy Tech $50.86 7A 4V King Laborers Erosion Co $50.86 7A 4V 1 1 1 1 1 1 8Y 8Y 8Y 8Y 8Y 8Y 8Y BY 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y 8Y King Laborers Faller & Bu $51.80 7A 4V 8Y King Laborers Fine Grade $50.86 7A 4V 8Y King Laborers Firewatch $43.11 7A 4V 8Y King Laborers Form Sette $50.86 7A 4V 8Y King Laborers Gabian Bas $50.86 7A 4V 8Y King Laborers General La $50.86 7A 4V 8Y King Laborers Grade Chei $52.44 7A 4V 8Y King Laborers Grinders $50.86 7A 4V 8Y King Laborers Grout Mac $50.86 7A 4V 8Y King Laborers Groutmen $51.80 7A 4V 8Y King Laborers Guardrail E $50.86 7A 4V 8Y King Laborers Hazardous $52.44 7A 4V 8Y King Laborers Hazardous $51.80 7A 4V 8Y King Laborers Hazardous $50.86 7A 4V 8Y King Laborers High Scaler $52.44 7A 4V 8Y King Laborers Jackhammi $51.80 7A 4V 8Y King Laborers Laserbeam $51.80 7A 4V 8Y King Laborers Maintenan $50.86 7A 4V 8Y King Laborers Manhole B $51.80 7A 4V 8Y King Laborers Material Yz $50.86 7A 4V 8Y King Laborers Motorman $51.80 7A 4V 8Y King Laborers Nozzleman $51.80 7A 4V 8Y King Laborers Pavement $51.80 7A 4V 8Y King Laborers Pilot Car $43.11 7A 4V 8Y King Laborers Pipe Layer $52.44 7A 4V 8Y King Laborers Pipe Layers $51.80 7A 4V 8Y King Laborers Pipe Pot Te $51.80 7A 4V 8Y King Laborers Pipe Reline $51.80 7A 4V 8Y King Laborers Pipe Wrapl $51.80 7A 4V 8Y King Laborers Pot Tender $50.86 7A 4V 8Y King Laborers Powderma $52.44 7A 4V 8Y King Laborers Powderma $50.86 7A 4V 8Y King Laborers Power Jack $51.80 7A 4V 8Y King Laborers Railroad Sr $51.80 7A 4V 8Y King Laborers Raker - Asr $52.44 7A 4V 8Y King Laborers Re-timberr $52.44 7A 4V 8Y King Laborers Remote Eq $51.80 7A 4V 8Y King Laborers Rigger/Sigr $51.80 7A 4V 8Y King Laborers Rip Rap Pe $50.86 7A 4V 8Y King Laborers Rivet Buste $51.80 7A 4V 8Y King Laborers Rodder $51.80 7A 4V 8Y King Laborers Scaffold En $50.86 7A 4V 8Y King Laborers Scale Persc $50.86 7A 4V 8Y King Laborers Sloper (Ov( $51.80 7A 4V 8Y King Laborers Sloper Spr $50.86 7A 4V 8Y King Laborers Spreader (( $51.80 7A 4V 8Y King Laborers Stake Hopr $50.86 7A 4V 8Y King Laborers Stock Piler $50.86 7A 4V 8Y King Laborers Swinging S $43.11 7A 4V 8Y King Laborers Tamper&! $51.80 7A 4V 8Y King Laborers Tamper (M $51.80 7A 4V 8Y King Laborers Timber Per $51.80 7A 4V 8Y King Laborers Toolroom f $50.86 7A 4V 8Y King Laborers Topper $50.86 7A 4V 8Y King Laborers Track Labo $50.86 7A 4V 8Y King Laborers Track Liner $51.80 7A 4V 8Y King Laborers Traffic Con $46.10 7A 4V 9C King Laborers Traffic Con $48.84 7A 4V 9C King Laborers Truck Spotl $50.86 7A 4V 8Y King Laborers Tugger Op( $51.80 7A 4V 8Y King Laborers Tunnel Wo $120.61 7A 4V 9B King Laborers Tunnel Wo $125.64 7A 4V 9B King Laborers Tunnel Wo $129.32 7A 4V 9B King Laborers Tunnel Wo $135.02 7A 4V 9B King Laborers Tunnel Wo $137.14 7A 4V 9B King Laborers Tunnel Wo $142.24 7A 4V 9B King Laborers Tunnel Wo $144.14 7A 4V 9B King Laborers Tunnel Wo $146.14 7A 4V 9B King Laborers Tunnel Wo $148.14 7A 4V 9B King Laborers Tunnel Wo $52.54 7A 4V 8Y King Laborers Tunnel Wo $52.54 7A 4V 8Y King Laborers Vibrator $51.80 7A 4V 8Y King Laborers Vinyl Seam $50.86 7A 4V 8Y King Laborers Watchman $39.18 7A 4V 8Y King Laborers Welder $51.80 7A 4V 8Y King Laborers Well Point $51.80 7A 4V 8Y King Laborers Window W $39.18 7A 4V 8Y King Laborers - I General La $50.86 7A 4V 8Y King Laborers - I Pipe Layer $51.80 7A 4V 8Y King Landscape Landscape $39.18 7A 4V 8Y King Landscape Landscape $68.02 7A 3K 8X King Landscape Groundske $17.87 1 King Lathers Journey Le, $62.44 5D 1H King Marble SetJourney Le, $58.82 5A 1M King Metal Fabr Fitter $15.86 1 King Metal Fabr Laborer $13.50 1 King Metal Fabr Machine O $13.50 1 King Metal Fabr Painter $13.50 1 King Metal Fabr Welder $15.48 1 King Millwright Journey Le, $63.94 7A 4C King Modular Bi Cabinet As! $13.50 1 King Modular Bi Electrician $13.50 1 King Modular Bi Equipment $13.50 1 King Modular Bi Plumber $13.50 1 King Modular Bi Production $13.50 King Modular BiTool Maint $13.50 King Modular Bi Utility Pers $13.50 King Modular Bi Welder $13.50 King Painters Journey Le, $43.40 6Z 2B King Pile Driver Crew Tend $67.31 7A 4C King Pile Driver Crew Tend $67.31 7A 4C King Pile Driver Hyperbaric $77.93 7A 4C King Pile Driver Hyperbaric $82.93 7A 4C King Pile Driver Hyperbaric $86.93 7A 4C King Pile Driver Hyperbaric $91.93 7A 4C King Pile Driver Hyperbaric $94.43 7A 4C King Pile Driver Hyperbaric $99.43 7A 4C King Pile Driver Hyperbaric $101.43 7A 4C King Pile Driver Hyperbaric $103.43 7A 4C King Pile Driver Hyperbaric $105.43 7A 4C King Pile Driver Journey Le, $62.69 7A 4C King Plasterers Journey Le- $59.29 7Q iR King PlaygrouncJourney Le, $13.50 King Plumbers FJourney Le, $89.19 6Z 1G King Power Equ Asphalt Pla $69.16 7A 3K King Power Equ Assistant E $65.05 7A 3K King Power Equ Barrier Ma $68.55 7A 3K King Power Equ Batch Plant $68.55 7A 3K King Power Equ Bobcat $65.05 7A 3K King Power Equ Brokk - Rer $65.05 7A 3K King Power Equ Brooms $65.05 7A 3K King Power Equ Bump Cutt, $68.55 7A 3K King Power Equ Cableways $69.16 7A 3K King Power Equ Chipper $68.55 7A 3K King Power Equ Compressc $65.05 7A 3K King Power Equ Concrete F $65.05 7A 3K King Power Equ Concrete P $68.02 7A 3K King Power Equ Concrete P $69.16 7A 3K King Power Equ Concrete P $68.55 7A 3K King Power Equ Conveyors $68.02 7A 3K King Power Equ Cranes frit $71.26 7A 3K King Power Equ Cranes: 101 $69.85 7A 3K King Power Equ Cranes: 20 $68.55 7A 3K King Power Equ Cranes: 201 $70.57 7A 3K King Power Equ Cranes: 301 $71.26 7A 3K King Power Equ Cranes: 45 $69.16 7A 3K King Power Equ Cranes: A -f $65.05 7A 3K King Power Equ Cranes: Frig $70.57 7A 3K King Power Equ Cranes: thr $68.02 7A 3K King Power Equ Crusher $68.55 7A 3K King Power Equ Deck Engin $68.55 7A 3K 1 1 1 1 1 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X King Power Equ Derricks, O $69.16 7A 3K 8x King Power Equ Dozers D-9 $68.02 7A 3K 8x King Power Equ Drill Oilers: $68.02 7A 3K 8x King Power Equ Drilling Ma $69.85 7A 3K 8x King Power Equ Elevator Ar $65.05 7A 3K 8x King Power Equ Finishing IV $68.55 7A 3K 8x King Power Equ Forklift: 30 $68.02 7A 3K 8x King Power Equ Forklifts: U $65.05 7A 3K 8x King Power Equ Grade Engi $68.55 7A 3K 8x King Power Equ Gradechec $65.05 7A 3K Sx King Power Equ Guardrail F $68.55 7A 3K 8x King Power Equ Hard Tail E $69.16 7A 3K 8x King Power Equ Hard Tail E $68.55 7A 3K 8x King Power Equ Horizontal) $68.02 7A 3K 8x. King Power Equ Horizontals $68.55 7A 3K 8x King Power Equ Hydralifts/ $68.02 7A 3K 8x King Power Equ Hydralifts/ $65.05 7A 3K 8x King Power Equ Loader, Ov $69.85 7A 3K 8x King Power Equ Loader, Ov $69.16 7A 3K 8x King Power Equ Loaders, O, $68.55 7A 3K 8x King Power Equ Loaders, PI $68.55 7A 3K 8x King Power Equ Loaders: EI $68.02 7A 3K 8x King Power Equ Locomotive $68.55 7A 3K 8x King Power Equ Material Tr $68.55 7A 3K 8x King Power Equ Mechanics, $69.85 7A 3K 8x King Power Equ Motor Patr $69.16 7A 3K 8x King Power Equ Mucking M $69.16 7A 3K 8x King Power Equ Oil Distribu $65.05 7A 3K 8x King Power Equ Outside He $68.02 7A 3K 8x King Power Equ Overhead, $68.55 7A 3K 8x King Power Equ Overhead, $69.85 7A 3K 8x King Power Equ Overhead, $69.16 7A 3K 8x King Power Equ Pavement $65.05 7A 3K 8x King Power Equ Pile Driver $68.55 7A 3K 8x King Power Equ Plant Oiler $68.02 7A 3K 8x King Power Equ Posthole D $65.05 7A 3K 8x King Power Equ Power Plar $65.05 7A 3K 8x King Power Equ Pumps - W $65.05 7A 3K 8x King Power Equ Quad 9, Hd $69.16 7A 3K 8x King Power Equ QuickTowi $65.05 7A 3K 8x King Power Equ Remote Co $69.16 7A 3K 8x King Power Equ Rigger and $65.05 7A 3K 8x King Power Equ Rigger/Sigr $68.02 7A 3K 8x King Power Equ Rollagon $69.16 7A 3K 8x King Power Equ Roller, Oth $65.05 7A 3K 8x King Power Equ Roller, Plar $68.02 7A 3K 8x King Power Equ Roto -mill, 1 $68.55 7A 3K Sx King Power Equ Saws - Con $68.02 7A 3K 8x King Power Equ Scraper, Se $68.55 7A 3K 8x King Power Equ Scrapers - ( $68.02 7A 3K 8x King Power Equ Scrapers, S $69.16 7A 3K 8x King Power Equ Service End $68.02 7A 3K 8x King Power Equ Shotcrete/, $65.05 7A 3K 8X King Power Equ Shovel, Exc $68.02 7A 3K 8x King Power Equ Shovel, Exc $69.16 7A 3K 8x King Power Equ Shovel, Exc $68.55 7A 3K 8X King Power Equ Shovel, Exc $69.85 7A 3K 8x King Power Equ Shovel, Exc $70.57 7A 3K 8x King Power Equ Slipform Pi $69.16 7A 3K 8x King Power Equ Spreader, l $69.16 7A 3K 8x King Power Equ Subgrader $68.55 7A 3K 8x King Power Equ Tower Bucl $68.02 7A 3K 8x King Power Equ Tower Crar $69.85 7A 3K 8x King Power Equ Tower Crar $70.57 7A 3K 8x King Power Equ Tower Crar $71.26 7A 3K 8x King Power Equ Transporte $69.16 7A 3K 8x King Power Equ Trenching 1 $68.02 7A 3K 8x King Power Equ Truck Cram $68.55 7A 3K 8x King Power Equ Truck Cran $68.02 7A 3K 8x King Power Equ Truck Mou $68.55 7A 3K 8x King Power Equ Welder $69.16 7A 3K 8x King Power Equ Wheel Trac $65.05 7A 3K 8x King Power Equ Yo Yo Pay [ $68.55 7A 3K 8x King Power Equ Asphalt Pla $69.16 7A 3K 8x King Power Equ Assistant E $65.05 7A 3K 8x King Power Equ Barrier Ma $68.55 7A 3K 8x King Power Equ Batch Plant $68.55 7A 3K 8x King Power Equ Bobcat $65.05 7A 3K 8x King Power Equ Brokk - Rer $65.05 7A 3K 8x King Power Equ Brooms $65.05 7A 3K 8x King Power Equ Bump Cutt, $68.55 7A 3K 8x King Power Equ Cableways $69.16 7A 3K 8x King Power Equ Chipper $68.55 7A 3K 8x King Power Equ Compressc $65.05 7A 3K 8x King Power Equ Concrete F $65.05 7A 3K 8x King Power Equ Concrete P $68.02 7A 31( 8x King Power Equ Concrete P $69.16 7A 3K 8x King Power Equ Concrete P $68.55 7A 3K 8x King Power Equ Conveyors $68.02 7A 3K 8X King Power Equ Cranes frit $71.26 7A 3K 8x King Power Equ Cranes: 101 $69.85 7A 3K 8x King Power Equ Cranes: 20 $68.55 7A 3K 8x King Power Equ Cranes: 201 $70.57 7A 3K 8x King Power Equ Cranes: 301 $71.26 7A 3K 8x King Power Equ Cranes: 45 $69.16 7A 3K 8X King Power Equ Cranes: A -f $65.05 7A 3K 8x King Power Equ Cranes: Fri $70.57 7A 3K 8x King Power Equ Cranes: thr $68.02 7A 3K 8x King Power Equ Crusher $68.55 7A 3K 8x King Power Equ Deck Engin $68.55 7A 3K 8X King Power Equ Derricks, O $69.16 7A 3K 8x King Power Equ Dozers D-9 $68.02 7A 3K 8x King Power Equ Drill Oilers: $68.02 7A 3K 8x King Power Equ Drilling Ma $69.85 7A 3K 8x King Power Equ Elevator Ar $65.05 7A 3K 8x King Power Equ Finishing N $68.55 7A 3K 8X King Power Equ Forklift: 30 $68.02 7A 3K 8x King Power Equ Forklifts: U $65.05 7A 3K 8x King Power Equ Grade Engi $68.55 7A 3K 8x King Power Equ Gradechec $65.05 7A 3K 8x King Power Equ Guardrail F $68.55 7A 3K 8x King Power Equ Hard Tail E $69.16 7A 3K 8x King Power Equ Hard Tail E $68.55 7A 3K 8x King Power Equ Horizontal) $68.02 7A 3K 8x King Power Equ Horizontal) $68.55 7A 3K 8x King Power Equ Hydralifts/ $68.02 7A 3K ax King Power Equ Hydralifts/ $65.05 7A 3K 8X King Power Equ Loader, Ov $69.85 7A 3K 8x King Power Equ Loader, Ov $69.16 7A 3K 8x King Power Equ Loaders, O, $68.55 7A 3K 8x King Power Equ Loaders, PI $68.55 7A 3K Sx King Power Equ Loaders: EI $68.02 7A 3K 8x King Power Equ Locomotiv( $68.55 7A 3K 8x King Power Equ Material Tr $68.55 7A 3K 8x King Power Equ Mechanics, $69.85 7A 3K 8x King Power Equ Motor Patr $69.16 7A 3K 8x King Power Equ Mucking M $69.16 7A 3K 8X King Power Equ Oil Distribu $65.05 7A 3K 8x King Power Equ Outside He $68.02 7A 3K 8x King Power Equ Overhead, $68.55 7A 3K 8x King Power Equ Overhead, $69.85 7A 3K SX King Power Equ Overhead, $69.16 7A 3K 8x King Power Equ Pavement $65.05 7A 3K 8X King Power Equ Pile Driver $68.55 7A 3K Sx King Power Equ Plant Oiler $68.02 7A 3K 8x King Power Equ Posthole D $65.05 7A 3K 8x King Power Equ Power Plar $65.05 7A 3K Sx King Power Equ Pumps - W $65.05 7A 3K 8x King Power Equ Quad 9, Hd $69.16 7A 3K 8X King Power Equ Quick Tow( $65.05 7A 3K 8x King Power Equ Remote Co $69.16 7A 3K 8x King Power Equ Rigger and $65.05 7A 3K King Power Equ Rigger/Sigr $68.02 7A 3K King Power Equ Rollagon $69.16 7A 3K King Power Equ Roller, Oth $65.05 7A 3K King Power Equ Roller, Plar $68.02 7A 3K King Power Equ Roto -mill, f $68.55 7A 3K King Power Equ Saws - Con $68.02 7A 3K King Power Equ Scraper, Se $68.55 7A 3K King Power Equ Scrapers - ( $68.02 7A 3K King Power Equ Scrapers, S $69.16 7A 3K King Power Equ Service En€ $68.02 7A 3K King Power Equ Shotcrete/1 $65.05 7A 3K King Power Equ Shovel, Exc $68.02 7A 3K King Power Equ Shovel, Exc $69.16 7A 3K King Power Equ Shovel, Exc $68.55 7A 3K King Power Equ Shovel, Exc $69.85 7A 3K King Power Equ Shovel, Exc $70.57 7A 3K King Power Equ Slipform Pi $69.16 7A 3K King Power Equ Spreader, l $69.16 7A 3K King Power Equ Subgrader $68.55 7A 3K King Power Equ Tower Bucl $68.02 7A 3K King Power Equ Tower Crar $69.85 7A 3K King Power Equ Tower Crar $70.57 7A 3K King Power Equ Tower Crar $71.26 7A 3K King Power Equ Transporte $69.16 7A 3K King Power Equ Trenching 1 $68.02 7A 3K King Power Equ Truck Crarn $68.55 7A 3K King Power Equ Truck Cran $68.02 7A 3K King Power Equ Truck Mou $68.55 7A 3K King Power Equ Welder $69.16 7A 3K King Power Equ Wheel Trac $65.05 7A 3K King Power Equ Yo Yo Pay [ $68.55 7A 3K King Power LineJourney Le, $53.10 5A 4A King Power Line Spray Pers( $50.40 5A 4A King Power LineTree Equip $53.10 5A 4A King Power LineTree Trimn $47.48 5A 4A King Power LineTree Trimn $36.10 5A 4A King Refrigeratidourney Le, $84.01 6Z 1G King ResidentialJourney Le, $58.82 5A 1M King ResidentialJourney Le, $32.06 King ResidentialJourney Le, $29.25 King ResidentialJourney Le, $46.43 7A 4C King ResidentialJourney Le, $47.04 5P 1E King ResidentialJourney Le, $36.01 King ResidentialJourney Le, $45.90 7L 1H King ResidentialJourney Le, $29.87 King ResidentialJourney Le, $26.18 1 1 1 1 1 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X King ResidentialJourney Le, $27.38 King ResidentialJourney Le, $27.80 King ResidentialJourney Le, $39.43 King ResidentialJourney Le, $54.12 5A King ResidentialJourney Le, $51.89 7F King ResidentialJourney Le, $51.07 5A King ResidentialJourney Le, $50.89 5C King ResidentialJourney Le, $58.82 5A King ResidentialJourney Le, $54.06 5A King ResidentialJourney Le, $24.39 King ResidentialJourney Le, $21.04 King Roofers Journey Le� $55.02 5A King Roofers Using Irrita $58.02 5A King Sheet MetiJourney Le� $85.88 7F King Shipbuildin New Const $36.36 7V King Shipbuildin New Const $36.36 7V King Shipbuildin New Const $36.36 7V King Shipbuildin New Const $36.36 7V King Shipbuildin New Const $76.61 5.1 King Shipbuildin New Const $36.36 7V King Shipbuildin New Const $36.36 7V King Shipbuildin New Const $36.36 7V King Shipbuildin New Const $36.36 7V King Shipbuildin New Const $36.36 7V King Shipbuildin New Const $36.36 7V King Shipbuildin New Const $36.36 7V King Shipbuildin New Const $36.36 7V King Shipbuildin New Const $36.36 7V King ShipbuildinNew Const $36.36 7V King Shipbuildin Ship Repaii $46.15 7X King Shipbuildin Ship Repair $44.95 7X King Shipbuildin Ship Repaii $45.06 7Y King Shipbuildin Ship Repair $46.22 7X King Shipbuildin Ship Repair $76.61 5J King Shipbuildin Ship Repaii $46.15 7X King Shipbuildin Ship Repair $46.15 7X King Shipbuildin Ship Repair $45.06 7Y King Shipbuildin Ship Repair $46.15 7X King Shipbuildin Ship Repair $46.15 7X King Shipbuildin Ship Repaii $46.15 7X King Shipbuildin Ship Repaii $46.15 7X King Shipbuildin Ship Repair $44.95 7X King Shipbuildin Ship Repair $45.06 7Y King Sign MakerJourney Le, $49.44 King Sign MakerJourney Le, $31.96 King Soft Floor LJourney Le, $51.07 5A King Solar ContrJourney Le, $13.50 1 1 1 IG 1R 3J 211 1M 1M 1 1 3H 3H 1E 1 1 1 1 4H 1 1 1 1 1 1 1 1 1 1 4J 4J 4K 4.1 4H 4J 4J 4K 4J 4J 4.1 4J 4J 4K 0 1 0 1 3J 1 King Sprinkler F Journey Le, $82.39 5C 1X King Stage Riggi Journey Le, $13.50 King Stone Masdourney Le, $58.82 5A 1M King Street And Journey Le, $19.09 King Surveyors Assistant C $68.02 7A 3K King Surveyors Chainman $65.05 7A 3K King Surveyors Constructic $69.16 7A 3K King TelecommUourney Le, $53.57 7E 1E King Telephone Cable Splic $41.81 5A 2B King Telephone Hole Digge $23.53 5A 2B King Telephone Installer (R $40.09 5A 2B King Telephone Special Api $41.81 5A 2B King Telephone Special Apj $40.99 5A 2B King Telephone Telephone $41.81 5A 2B King Telephone Telephone $38.92 5A 2B King Telephone Telephone $38.92 5A 2B King Telephone Television 1 $22.32 5A 2B King Telephone Television $29.60 5A 2B King Telephone Television' $35.20 5A 2B King Telephone Television - $31.67 5A 2B King Telephone Tree Trimn $38.92 5A 2B King Terrazzo Mourney Le, $54.06 5A 1M King Tile SettersJourney Le- $54.06 5A 1M King Tile, Marbl Finisher $44.89 5A 1B King Traffic Con Journey Le� $47.68 7A 1K King Truck DrivEAsphalt Mi $61.59 5D 4Y King Truck DrivEAsphalt Mi $60.75 5D 4Y King Truck DriVE Dump Truc $60.75 5D 4Y King Truck DriVE Dump Truc $61.59 5D 4Y King Truck DriVE Other Truc $61.59 5D 4Y King Truck DrivETransit Mi), $61.59 5D 4Y King Well Drillei Irrigation P $17.71 King Well DrilleiOiler $13.50 King Well Drillei Well Drillei $18.00 1 1 1 1 1 8X 8X 8X 8L 8L 8L 8L 8L 8L 8/17/2020 BUSINESS INFORMATION Business Name: ASSORTED ENDEAVORS LLC UBI Number: 603 391 202 Business Tyne: WA LIl1ITED LIABILITY COMPANY Business Status: ACTIVE Corporations and Charities System Principal Office Street Address: PO BOX 257, OLYMPIA, WA, 98507-0257, UNITED STATES Principal Office Mailing Address: PO BOX 257, OLYMPIA, WA, 98507-0257, UNITED STATES Expiration Date: 04/30/2021 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 04/02/2014 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: SETH SMITH Street Address: 4022 CAMPBELL RD, CLINTON, WA, 98236-8402, UNITED STATES Mailing Address: PO BOX 1163, CLINTON, WA, 98236-1163, UNITED STATES GOVERNORS Title Governors Type Entity Name GOVERNOR INDIVIDUAL GOVERNOR ENTITY First Name Last Name SETH ASSORTED ENDEAVORS LLC SETH SMITH SMITH 1/1 https://ccfs.sos.wa.gov/#/BusinessSearch/BusinessInformation