Loading...
AG 20-977 - LAKESIDE INDUSTRIES TURN TO: PW ADMIN ExT: 2700 ID#: 3938 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/Div: PUBLIC WORKS/Capital Projects �2. ORIGINATING STAFF PERSON.John Mulkey EXT: 2722 3. DATE REQ.By: 7/12/2021 3. TYPE OF DOCUMENT(CHECK ONE): CONTRACTOR SELECTION DOCUMENT(E.G.,RFB9 RFP9 RFQ) PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT 13 PROFESSIONAL SERVICE AGREEMENT E3 MAINTENANCE AGREEMENT GOODS AND SERVICE AGREEMENT 13 HUMAN SERVICES/CDBG 13 AL ESTATE DOCUMENT SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ORDINANCE c3 RESOLUTION CONTRACT AMENDMENT(AG#):20-977 ❑ INTERLOCAL OTHER,Change Order I 4. PROJECT NAME:SW 356th Street Preservation 5. NAME OFCONT CTOR: Lakeside Industries, Inc. ADDRESS: 18808 SE 356th Street Covington, WA 98042 TELEPHONE:2 -261- 11 E-MAIL:crai0.nickelIla!k rdeirbdustrw : ..,.com FAX: SIGNATURENAME: raig nickel TITLE:, 6. EXHIBITS AND ATTACHMENTS:13 SCOPE,WORK OR SERVICES COMPENSATION INSURANCE REQUIREMENTS/CERTIFICATE ALL OTHER REFERENCED EXHIBITS PROOF OF AUTHORITY TO SIGN REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS CFW LICENSE# 10 1861-00 BI.,EXP.12/31/ 2/28/21 UBI#601106847 >E � 7. TERM: COMMENCEMENTDA6I,: 12/28/2020 COMPLETION DATE: Upon Com l ti!on 65 WD' 8. TOTAL COMPENSATION:$42,216.64 this ca/ 982,305.94 total (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 0 NO IF YES,MAXIMUM DOLLAR AMOUNT: S IT IS SALES I OWED: 13 13 CONTRACTOR CITY I[A'A I NAGL. II I.I'AINAGE AMOU TE Fey.f ��=!-.9-NoneS 0 NO IF YES S, PAID BY:!:i RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE TO: G36215-26500 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED PROJECT MANAGER JRM 7/112021 DIVISION MANAGER SLH 7AP1021 DEPUTY DIRECTOR DSYV 7=21 ............______w____........................... DIRECTOR DSw 7114121 ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT KVA 7/2/2021 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: .......�. -......r........... DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL µ/µµDATE SIGNED ❑ FINANCE DEPARTMENT -45 ❑ LAW DEPT IGNATORY(MAYOR OR DIRECTOR) CITY CLERK No ' 'e ❑ ASSIGNED AG# AG 20-977A ❑ SIGNED COPY RETURNED DALh SENT: COM"tI I NFS: EXECUTE" "ORIGINAI.,S.. ...... ... a��a1�Ir CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 215 AG#20-977 1 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE SW 356TH STREET PRESERVATION PROJECT LAKESIDE INDUSTRIES, INC. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. PER Field Work Directive (FWD) 2 and 2.01, when the Contractor was excavating for Ramp 14 and Driveway 1, the existing wall cap was in conflict with the proposed improvements.The proposed plan to place dowel bars into remaining concrete was not feasible as the cap removal would not be stable with the old fencing. The decision was made to eliminate the dowel bar connection to the remaining concrete and rebuild the wall cap and properly install the wall cap with fence posts to the new elevations for the ramp and driveway to be placed as planned. Payment for non-bid item work was to be tracked by Force Account and a new bid item created for Payment. Bid item work was per plan. Create new Bid Item No. 55, Wall Cap and Fence Replacement. Unit Cost will be $17,855.01 per Force Account. Quantity is 1, per Force Account. 2. Per FWD 3, when the Contractor was excavating for Ramp 8, they discovered the foundation of the signal pole was in conflict with the proposed ramp.To take out the old ramp,the foundation was exposed and the cap is larger than the record plans call for(3' round,3'square or 4'round).The ramp was revised to provide a 4'deep landing to avoid the foundation and connect to the existing sidewalk in the ramps. Payment for non-bid item work was to be tracked by Force Account and a new bid item created for Payment. Bid item work was per plan. Create new Bid Item No. 56, Ramp 8 Revisions. Unit Cost will be$4,506.11 per Force Account. Quantity is 1, per Force Account. 3. Per FWD 4,City policy has changed to steel posts from wood posts for signs.This FWD directs Lakeside industries to use steel posts in lieu of wooden posts. Payment is for the lump sum cost to replace all wood sign posts with steel posts. Create new Bid Item No.57, Steel Sign Posts. Unit Cost will be$361.21 per Lump Sum. Quantity is 1, per Lump Sum, 4. Create new bid item No. 56, Tree and Root Removal. Unit Cost will be$39,092.70 per Lump Sum, quantity will be 1, per Lump Sum. Quantity is 1, per Lump Sum. CHANGE ORDER AGREEMENT 1 Rev. 8/19 5. Per FWD 5, Replace all 8 existing pedestrian push buttons (PPB)with new APS push buttons oriented correctly for the appropriate crosswalk,and fill any holes in poles at the intersection of 8th Ave SW and SW 356th Street per the attached specifications. Add a new type PPB pole per WSDOT Standard plan J-20.10.04 except use 2"conduit and Standard plan J-20.26-01 for the ramp to cross 8th Ave SW on the southwest comer per the attached markup. Pole needs to be located as close to center of the existing ramp as possible without damaging the existing ramp. If needed, add extension to APS sign to ensure button is within reach of sidewalk. Payment is for the lump sum cost to replace PPB's and the single additional post. Create new Bid Item No. 58, Replace Pedestrian Push Buttons. Unit Cost will be $19,534.31 per Lump Sum. Quantity is 1, per Lump Sum, The time provided for completion in the Contract is Unchanged Increased by—Working Day(s) ❑ Decreased by_Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE; ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE 55 WALL CAP AND FENCE REPLACEMENT 1 $17,855.01 ADD$17,855.01 56 RAMP 8 REVISIONS 1 $4,506.11 ADD$ 4,506.11 57 STEEL SIGN POSTS 1 $361.21ADD$ 361.21 58 REPLACE PEDESTRIAN PUSH BUTTONS 1 $19,534.31 ADD$19,534.31 TOTAL NET CONTRACT: JINCREASE$42,256.64 DECREASE$ CHANGE ORDER AGREEMENT 2 Rev. 8/19 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 940,089.30 PREVIOUS CHANGE ORDERS 0.00 THIS CHANGE ORDER $ 4Z2.58.84 NEW CONTRACT AMOUNT $ 982,345.94 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. CONTRACTOR'S SIGNATURE DATE PUBLIC WORKS DIRECTOR DATE CHANGE ORDER AGREEMENT 3 Rev. 8/19 RETURN TO: PW ADMIN EXT: 2700 ID#: 3789 / 3827 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS 2. ORIGINATING STAFF PERSON:JOHN MULKEY EXT: 2721 3. DATE REQ.R), 11/18/2020 3. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) 0 PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#): ❑ INTERLOCAL 0 OTHER RFB #20-009 4. PROJECTNAmr.SW 356TH ST PRESERVATION PROJECT 5. NAME OF CONTRACTOR: Lakeside Industries ADDRESS: 18808 SE 356th Street, Covington, WA 98042 TELEPHONE:253-261-3611 E-MAIL: craia.nickelalakesideindustries.com FAX: SIGNATURE NAME: TITLE: 6. EXHIBITS AND ATTACHMENTS:0 SCOPE,WORK OR SERVICES ❑COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TQzi1 [3REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS ,EXP. 07/31/2 CFW LICENSE# 10 1861-00 BL.EXP.12/31/ uBI#601106847 2 7. TERM: COMMENCEMENT DATE: Upon execution COMPLETION DATE: Upon Completion 65 WIC 8. TOTAL COMPENSATION:$940,089.30 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES 0 NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: 0 YESFedRidoN IF ES,$ PAID BY: 0 CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE TO: c36215-26500 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED 8 PROJECT MANAGER JH/8/1212020 JRM 11-04-2020 8 DIVISION MANAGER SH 8/12/2020 SLH 11/5/2020 8 DEPUTY DIRECTOR _ d DIRECTOR DSW 11/19/2020 ❑ RISK MANAGEMENT (IF APPLICABLE) 6 LAW DEPT DK 08/26/2020 ER 11/10/2020 ER reviewed 11/10/2020 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: 11/02/2020 COMMITTEE APPROVAL DATE: 11/17/2020 SCHEDULED COUNCIL DATE: 11/02/2020 COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'a. ❑ 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 SEC NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ FINANCE DEPARTMENT AW DEPT SIGNATORY(MAYOR OR DIRECTOR) CITY CLERK ❑ ASSIGNED AG# G ❑ SIGNED COPY RETURNED E SENT: COMMENTS: EXECUTE" 1--ORIGINALS THIS IS THE'CONFORMED"SET,NO CHANGES CAN BE MADE TO THE BODY OF THE BID DOCUMENTS EXCEPT FOR CONTRACTOR NAME AND VALUE l!?020 CONFORMED 4k CITY OF 40':t�� Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR SW 356TH STREET PRESERVATION PROJECT PROJECT# 215 RFB # 20-009 GRANT FUNDING # STPUL-1000(005) City of Federal Way Public Works Department 33325 8th Avenue South Federal Way, WA 98003 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR SW 356T" STREET PRESERVATION PROJECT PROJECT # 215 RFB # 20-009 GRANT FUNDING # STPUL-1000(005) Bids Accepted Until 2:00 p.m., October 8, 2020 at City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 R •t YY Prepared By: ' City of Federal Way Y Public Works Department The contract plans and specifications for this Project have been reviewed and approved by: Public Works Director/Deputy Public Works Director CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT RFB-i PROJECT#215/ RFB#20-009 CFW RFB VERSION 2020-JUN TABLE OF CONTENTS PAGE ADVERTISEMENTFOR BIDS...............................................................................................................................3 INSTRUCTIONS TO BIDDERS & CHECKLISTS ..................................................................................................5 BIDPROPOSAL.....................................................................................................................................................7 BIDBOND.............................................................................................................................................................13 SUBCONTRACTORLIST....................................................................................................................................14 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................15 PROPOSAL FOR INCORPORATING RECYCLED MATERIALS.......................................................................16 UDBE UTILIZATION CERTIFICATION................................................................................................................17 UDBEBID ITEM BREAKDOWN..........................................................................................................................23 UDBEBID ITEM TRUCKING CREDIT.................................................................................................................24 APPRENTICESHIPPLAN....................................................................................................................................25 PUBLICWORKS CONTRACT.............................................................................................................................27 SAMPLECONTRACT CHANGE ORDER...........................................................................................................34 CERTIFICATE OF INSURANCE..........................................................................................................................36 PERFORMANCEAND PAYMENT BOND...........................................................................................................37 SPECIAL PROVISIONS ................................................................................................................GREEN PAGES APPENDIX A: STANDARD PLANS AND DETAILS.......................................................................BLUE PAGES APPENDIXB: FHWA 1273 .........................................................................................................YELLOW PAGES APPENDIX C: PREVAILING WAGES AND BENEFIT CODE KEY..............................................WHITE PAGES PROJECT PLANS.............................................................................................................BOUND SEPARATELY CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT RFB-ii PROJECT#215/ RFB#20-009 CFW RFB VERSION 2020-JUN ADVERTISEMENT FOR BIDS SW 356TH STREET PRESERVATION PROJECT SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids through Thursday October 8, 2020, at 2:00 p.m. at the City Hall Finance Department at 33325 8th Avenue South, Federal Way, Washington 98003. Contractors may choose to submit the bids in person at the Finance Department counter in City Hall. The City Hall main doors and lobby will be open starting one hour before the formal bid time to provide access to the Finance Department. Contractors may choose to mail bids; however, the City will only accept bids received in the Finance Department by bid time. City Hall has limited mail processing capability and bids delivered to City Hall in the U.S. mail but not yet processed and received in the Finance Department will not be accepted. Proposals received after said date and time will not be considered. All timely bids will be opened and read publicly aloud via a remote meeting at 2:05 p.m. on October 8, 2020. The remote meeting can be accessed via Zoom using Webinar ID: 932 4538 0949 and Passcode: 888171; This link: �,s 9Z ()943?pwd=OV.lr ;'7riNXMEcraVcQVFVFCkx:IV3VIQT0J using the Passcode: 888171; Or by iPhone one-tap: US: +12532158782„93245380949# or+12133388477„93245380949#; Or Telephone: US: +1 253 215 8782 or+1 213 338 8477 or 888 788 0099 (Toll Free) or 877 853 5247 (Toll Free) using Webinar ID: 932 4538 0949 and Passcode: 888171. This project shall consist of: Furnishing all materials, equipment, tools, labor, and other work or items incidental thereto, for the construction, sequencing and traffic control plan for overlaying existing asphalt concrete pavement within the City of Federal Way. The work includes but is not limited to: resurfacing SW 356th Street from 15th Ave SW to 4th PI SW, which includes roadway excavation, planing bituminous pavement, removal of existing curb and gutter, sidewalk, concrete approach, wheel chair ramps. This work also includes overlaying SW 356th Street from 15th Ave SW to 4"' PI SVV with HMA Class ''/:° PG 58H-22 (approximately 4,000 tons), installation of concrete curb and gutter, concrete curb ramps, pedestrian push button channelization, restoration and utility adjustments, and all items necessary to complete the work as described in the Contract Documents. The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice to Proceed, the Contractor must complete all work within 65 working days. BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available on-line through Builders Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works," and "City of Federal Way." It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future addenda and to place themselves on the "Bidders List." Bidders that do not register will need to periodically check on-line for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 if you require assistance with access or registration. An informational copy of plans, specifications, and addenda are available for viewing only at the City of Federal Way Finance Department. QUESTIONS: Any questions must be directed to John Mulkey, P.E., Senior capital Engineer, by email at john.mulkey@cityoffederalway.com, or by letter addressed to same. Questions must be received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of bids. CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT RFB-3 PROJECT#215/ RFB#20-009 CFW RFB VERSION 2020-JUN OTHER PROVISIONS: All bids and this Project shall be governed by the Contract, as defined by the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction 2020 (Standard Specifications), which is incorporated by this reference as though set forth in full. All bid proposals shall be in accordance with the Contract and all bid proposals shall be accompanied by a bid deposit or bond in the amount required in the Contract. Forfeiture of the proposal bond or deposit to the City shall be in accordance with the Contract. The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women-owned firms to submit bids consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. DATES OF PUBLICATION: Daily Journal of Commerce Publish September 4, 2020 and September 11, 2020 Federal Way Mirror Publish September 4, 2020 and September 11, 2020 CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT RFB-4 PROJECT#215/ RFB#20-009 CFW RFB VERSION 2020-JUN INSTRUCTIONS TO BIDDERS & CHECKLISTS (1) ADVERTISEMENT FOR BIDS AND CONTRACT DOCUMENTS The Advertisement for Bids and Contract Documents contain bidder instructions that must be complied with. (2) EXAMINATION OF BID AND CONTRACT DOCUMENTS—BIDDER RESPONSIBILITIES The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the bid and Contract Documents, the Project site, the availability of materials and labor, publically available information, and has reviewed and inspected all applicable federal, state, and local statutes, regulations, ordinances and resolutions dealing with or related to the equipment and/or services to be provided herein. The failure or neglect of a bidder to examine such documents, statutes, regulations, ordinances or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's bid or the contract documents. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any environmental factors, which may impact current or future prices for this requirement. (3) INTERPRETATION OF BID AND CONTRACT DOCUMENTS No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of the bid or Contract Documents. Bidders shall not rely upon any oral statement or conversation they may have with City's employees, agents, representatives, consultants, or design professionals regarding the Contract Documents, whether at the pre-bid meeting or otherwise and no oral communications will be binding upon the City. Any questions must be directed to John Mulkey, P.E, Senior Capital Engineer, by email at john.mulkey@cityoffederalway.com, or by letter addressed to same. The questions must be received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their bids. Any interpretation deemed necessary by the City will be in the form of an Addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued.All such Addenda shall become part of the bid. (4) BID PRICE The bid price shall include everything necessary for the completion of the Contract and the Work including, but not limited to,furnishing all materials, equipment, tools, freight charges,facilities and all management, superintendence, labor and service, except as may be provided otherwise in the Contract Documents. All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety(90)days after the bid opening. (5) POSTPONEMENT OF BID OPENING The City reserves the right to postpone the date and time for the opening of bids by Addendum at any time prior to the bid opening date and time announced in these documents. (6) REJECTION OF BIDS The City reserves the right to reject any bid for any reason including, but not limited to, the reasons listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of any bid and/or to reject all bids. In consideration for the City's review and evaluation of its bid, the bidder waives and releases any claims against the City arising from any rejection of any or all bids. If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. (7) RECYCLED PRODUCTS The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. (8) BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required. Failure to comply may result in rejection of any bid not so complying. CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT RFB-5 PROJECT#215/RFB#20-009 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ❑ Bid Proposal: The Bid Proposal shall be completed and fully executed, including filling in the total bid amount. ❑ Bid Bond: This form is to be executed by the bidder (and the surety company as appropriate, depending upon the option selected by the bidder). ❑ Subcontractor List:The Subcontractor List shall be filled in by the bidder. ❑ Contractor Certification — Wage Law Compliance: This form shall be filled in and fully executed by the bidder. ❑ Proposal for Incorporating Recycled-Materials:This form shall be filled in and executed by the bidder. ❑ UDBE Utilization Certification:This form shall be filled in by the bidder. ❑ UDBE Written Confirmation: Part A of this form shall be filled in by the bidder and Part B shall be signed by UDBE firm. ❑ Apprenticeship Plan:This form shall be filled in by the bidder. (9) CONTRACT CHECKLIST The following documents are to be executed and delivered to the City after the Bid is awarded: ❑ Public Works Contract:The successful bidder will fully execute and deliver to the City the Public Works Contract("Contract")from these Bid Documents. ❑ Certificate of Insurance:The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ Performance/Payment Bond:The successful bidder will provide a fully executed Performance/Payment Bond as appropriate. ❑ Business License:The successful bidder will provide a copy of a current Business License with the City of Federal Way. CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT RFB-6 PROJECT#215/RFB#20-009 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BID PROPOSAL SW 356TH STREET PRESERVATION PROJECT PROPOSAL SUBMITTED TO: City of Federal Way 33325 8th Ave South Federal Way,Washington 98003-6325 PROPOSAL SUBMITTED BY: Bidder: 1>"1 4 RSM 4AIC Full Legal Name of Firm Contact: r,QPH& _ _ /J1C�.C, _ Individual wish Legal Authority to sign Bid and Contract Address: I w - s t Street Address City, State zip Phone: ' Ct` � • _t _._______ E-Mail: .r { 1V1 �Cc"�rh Select One of the Following: XCorporation ❑ Partnership. ❑ Individual ❑ Other State Contractor's License No.: LA-kS 1 *7,1 State Contractor's License Expiration Date: Month Day Year State UBI No.: �cq .____.�0(p State Worker's Comp.Account No.: t- i ! CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT RFB-7 PROJECT#2151 RFB#20.009 CFW RFB VERSION 2020-JON ?rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal NOTE, All entries shall be written in ink or typed. Unit prices for all items, all extensions, and fatal amount of bid shall be shown. Enter unit prices in numerical figures only,in dollars and cerits 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. SW 351P STREET PRESERVATION PROJECT All unit prices shall include applicable sales tax(Roadway improvements) Item Spec. Bid Item Description Unit Plan Unit Price Amount No. Div. at 1 1-05 ADA FEATURES SURVEYING LS 1 $ - $ 2 1-07 SPCC PLAN LS 1 $ low - $ L%L�. 3 1-09 MOBILIZATION LS 1 $ Q-I t $ �l t CONTRACTOR PROVIDED UNIFORMED ((�, ��^' 4 b 1-10 POLICE OFFICER HR 336 $ too- $ l _. . 5 1 10 _f TRAFFIC CONTROL SUPERVISOR LS 1 $ c w- $ �`cc)- 6 1-10 PROJECT TEMPORARY TRAFFIC J LS 1 CONTROL $ FP`jw- $ 7 1-10 FLAGGERS HR 1,600 $ ✓�- $ �t Apr l 8 1-10 OTHER TRAFFIC CONTROL LABOR HR 100 $ $ 9 1 10 CONSTRUCTIONS SIGN CLASS A SF 96 $ $ � 10 1-10 SEQUENTIAL ARROW SIGN HR 1,000 $ $ 11 1-10 S R ABLE CHANGEABLE MESSAGE HR 2,400 $ $ 1600 - 12 2-01 1 ROADSIDE CLEANUP FA 1 $5,000.00 $5,000.00 13 2-02 SAWCUTTING LF 3,050 $ C > I> $ `�D 5Q 14 2-02 REMOVAL OF CEMENT CONC. SY 265 $ $ q SIDEWALK _ ( l 15 2-02 REMOVAL OF CEMENT CONC. SY 65 $ $ APPROACH _I V 16 2-02 GUTTER REMOVAL OF CEMENT CONC. CURB& LF 650 $ 17 2-03 ROADWAY EXCAVATION INCL. HAUL CY 125 $ CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT RFB-8 PROJECT#215 i RFB#20-009 CFW RFB VERSION 2020-JUN Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 18 4-04 CRUSHED SURFACING TOP COURSE TN 350 $ ��- 19 5-04 PLANING BITUMINOUS PAVEMENT SY 10,245 $ �,� $ st 20 5-04 HMA CL. 1/2 IN PG 58H-22 TN 3,655 $ - $ 21 5-04 [FOR O $MMERCIAL HMA CL. 1/2 IN PG 58H-22 TN 260 $ D- PAVEMENT REPAIR �1 22 5-04 ASPHALT PRICE COST ADJUSTMENT CALC 1 $10,000.00 $10,000.00 23 7-05 ADJUST MANHOLE EA 3 $ $ `5W - 24 l 7-05 ADJUST CATCH BASIN EA 3 $ 4))5- $ 25 J 7-05 ADJUST WATER VALVE TO GRADE EA 12 $ I 26 7-05 REPAIR OR RE-ALIGN MANHOLE EA 5 $ 27 7-05 HEAVY DUTY ROUND SOLID LOCKING EA 3 $ a $ oo CASTING 28 7-05 HIGH IMPACT RISER EA 3 1$ CL $ 29 8-01 EROSIONIWATER POLLUTION CONTROL FA 1 I$3,000.00 $3,000.00 30 8-01 INLET PROTECTION INSERT EA 42 $ '7 S'- $ '2v150- 31 8-02 'SOD LAWN, INCL 4INTOPSOIL SY 27 $ C - $ 32 8-02 (PROPERTY RESTORATION FA 1 $2,000.00 $2,000.00 33 I 8-04 CEMENT CONC. CURB&GUTTER LF 650 $ '1 L7- $ f1� 34 8-06 CEMENT CONC. APPROACH SY 130 $ jp .. $ 35 8-09 RAISED PAVEMENT MARKER, TYPE 2 HUND 12 $ A- - $ DO 36 8-09 HYDRANT MARKER, TYPE 2B EA 6 $ $ 2'70 37 8-13 ADJUST MONUMENT CASE AND COVER EA 14 $ `Ti7 $ 38 8-14 CEMENT CONC, SIDEWALK SY 215 '$ 2[�_ $ - 39 8-14 PARA NT CONC. CURB RAMP TYPE 1 EA 10 $ �^ $ 3� 1�' CITY OF FEDERAL WAY SW MOTH STREET PRESERVATION PROJECT RFB-9 PROJECT#216/RFB#20-009 CFW RFB VERSION 2020-JUN 40 8-14 CEMENT ELONC. CURB RAMP TYPE 2 EA 8 $ $ ,9 IPARAL ' -� 41 8-20 SIGNAL MODIFICATION-SW 356TH LS 1 $ z)^ $ STREET AND 8TH AVE SW-COMPLETE 23� �� 42 8-21 R9-3A&R9-3B SIGN AND POST LS 1 $ �c�p �- $ DO - 43 8-22 PROFILED PLASTIC LINE LF 15,851 $ $ low. i 44 8-22 jPLASTIC LINE LF 5,704 $ ` .- $ 45 8-22 PROFILED PLASTIC WIDE LINE LF 203 $ �� $ 46 8-22 IPLASTIC CROSSWALK LINE SF 95 $ $ I 47 B-22 PLASTIC STOP LINE LF 76 $ 1�-- $ 1 - 48 8-22 PLASTIC TRAFFIC ARROW EA 14 $ 155_ $ '24-10 49 8-22 PAINTED BICYCLE LANE SYMBOL EA 21 $ —]p - $ 1 L') 50 8-22 REMOVAL OF PAVEMENT MARKINGS LS 1 $ $ 51 8-23 TEMPORARY PAVEMENT MARKING LF 23,114 $ $ 52 8_23 TEMPORARY RAISED PAVEMENT HUND 4.6 $ 11 $ l q MARKERS 53 8-23 REMOVAL OF TEMPORARY RAISED HUND 4.6 $ $ PAVEMENT MARKERS j�fl 54 8-14 DOWEL BARS FOR SIDEWALK 1 LS $ $ CONNECTION TO WALL TOTAL$ J A A BID SUMMARY ITEM C�BID AMOUNT SW 35e STREET PRESERVATION PROJECT $ I � I C TOTAL BID AMOUNT (including Washington State sales tax, al/other p government taxes, assessments and charges) The documents incorporated by reference, as if fully set forth, are the Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT RFB-10 PROJECT#215 I RFB#20-009 CFW RFB VERSION 2020-JUN Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents, Pursuant to and in compliance with the Advertisement for Bids for the Project, and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the referenced bid amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. NON-COLLUSION AFFIDAVIT By signing this proposal, the undersigned acknowledges that the person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this project. To report rigging activities, call 1-800-424-9071. The U.S. Department of Transportation (USDOT) operates the toll-free hotline Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such activities. The hotline is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. CONFLICTS OF INTEREST. GRATUITIES, & NON-COMPETITIVE PRACTICES By signing this proposal, the undersigned agrees as follows: (1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and/or provided under this contract and that it shall not employ any person or agent having any such interests. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action immediately to eliminate the conflict or to withdraw from this contract, as the City may require; and (2) That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor have been employed or retained to solicit or secure this contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and (3) That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of the City or other governmental agency with a view toward securing this contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this contract. AFFIDAVIT OF ELIGIBILITY The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within the last one year, to have committed any combination of two of the following violations or infractions within a five year period: (1) Violated RCW 51.48.020(1) or 51.48.103; or(2) Committed an infraction or violation under Chapter 18.27 RCW. 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 SW 356TM STREET PRESERVATION PROJECT RFB-11 PROJECT#215/RFB #20-009 CFW RFB VERSION 2020-JUN Receipt of the following Addendums is hereby acknowledged: AddC—FICILUT) NO. Date Issued Addendum No. Date Issued: Addendum No. Date Issued: The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all bid documents on behalf of any partnership,joint venture or corporation. By: oeN;A Sign. re atN�Y [,AiF�l L., � a Printed Name C z pU164� Title �1�11.1IN���k Subscribed and sworn to before me this day of 20-2 U Signa e otary •c r1 � Dp �1rkwa►rJ Printed name of Notary Notary Public in and for the State of Washington My commission expires: cqj- -//aaa,1 CITY OF FEDERAL WAY SW 356 ..STREET PRESERVATION PROJECT RFB-12 PROJECT#215/RFB #20-009 CFW RFB VERSION 2020-JUN BID BOND SW 356TM STRE T PRE RT,i,-,�TION PROJECT OPTION 1: BID BOND DEPOSIT Attached is a deposit in the form of a certified check,cashier's check, or cash in the amount of $ which amount is not less than five percent(5%) of the total bid. Principal—Signature of Authorized Official Date Title —OR— OPTION 2: BID BOND KNOW ALL PERSONS BY THESE PRESENTS that we, Lakeside Industries, Inc. as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held and firmly bound unto the City of Federal Way, as Obligee, in the sum of five (5) percent of the total amount of the bid proposal for the payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for the above-mentioned Project according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof,with Surety or Sureties approved by the Obligee;or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages,the amount of this bond. urruruuy SIGNED, SEALED AND DATED THIS 8th DAY OF,,,October , 2020 ,�'"esuSEr�"'• La elide Industries,Inc. Travelers Casualty and Surety Company of America >� r Principal SI natu�--r o AtN t fl fltfI f Sore( Attorney l �c(�ry B. I_arS4� HART'oRo P 9 � � Y Y (Attach Power of Attorney) f` coNly. s Title Name and Address of Local Office/Agent of Surety Company is: Parker, Smith&Feek, Inc. 2233 112th Ave NE Bellevue,WA 98004 CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT RFB-13 PROJECT#215 i RFB#20-009 CFW RFB VERSION 2020-JUN ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS St. Paul Fire and Marine Insurance Company _ POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Susan B.Larson of BELLEVUE Washington , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, condltlonal undertakings and other writings obligatory In the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 17th day of January, 2019. �ys xaarly� y P,S•"*c �� � � �' HXiriFS�Y. .• �' �n „ R Cprl,.. t fix fS 4 State of Connecticut r By: -- City of Hartford ss. Robert L.Raneyl,Senior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. �* JIMMy Commission expires the 30th day of June,2021 � AnnP.Nowik,Notary Public � This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached, I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 8th day of October 2020 _ 0", �m CtR s ') r,.r Kevin E.Hughes,Assi tent Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421 3880. Please refer to the above-named Attomey-in-fact and the details of the bond to which this Power of Attomey is attached. SUBCONTRACTOR LIST washington State 'n/ DeIa'tmeid of T s spo'tatlkm Subcontractor List Prepared in compliance with RCW 39,30.060 as amended To Be Submitte/n�d with the ,Bid yPProposal Project Name QtC Q�J�V_'` ' 0 Failure to list subcontractors with whom the bidder,If awarded the contract,will directly subcontract for performance of the work of structural steel installation,rebar installIation,beating,ventilation and air conditioning,plumbing,as described in Chapter 18.108 RCW,and electrical,as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being nonresponsive and therefore void. Subcontractor(s)with whom the bidder wr1 directly subcontract that are proposed to perform the work of structural steel installation, rebar installation,heating,ventilation and air conditioning,plumbing,as described in Chapter 18.106 RCW,and electrical as described in Chapter 19.28 RCW must be listed below.The work to be performed Is to be listed below the subcontractor(s)name, To the extent the Project includes one or more categories of work referenced In RCW 39.30.060,and no subcontractor Is listed below to perform such work,the bidder aertifies that the work will eHher(i)be performed by the bidder itself,or(ill)be performed by a lower tier subcontractor who will not contract dire ctly with the bidder. Subcontractor Name Work to be performed 4-it / Subcontractor Name Work to be performed Subcontractor Name Work to be performed Subcontractor Name Work to be performed Subcontractor Name Work to be performed 'Bidder's are notified that It is the opinion of the enforcement agency that PVC or metal conduit,junction boxes,etc,are considered electrical equipment and therefore considered part of electrical work,even if the installation is for future use and no wiring or electrical current is connected during the project. DOT Form 271-015 Revised ON2020 CITY OF FEDERAL WAY SW 356TM STREET PRESERVATION PROJECT RFB-14 PROJECT#215/RFB#20-009 CFW RFB VERSION 2020-JUN ?rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD. I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of Chapters 49.46,49.48,and 49.52 RCW within three (3) years prior to the date of the Request for Bids. Bidder Name: V4,5 f Print Full Legal Name of Firm By: �1 O•c _ V /� 1 CAL Signatur Author&ad Person Print Name of Person Making Certifications for Firm Title; i *1 Place: ex� IN&-ro4 - r/e of Person Signing Certificate Print City and State Where Signed Date: �� + CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT RFB-15 PROJECT#215/RFB#20-009 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSAL FOR INCORPORATING RECYCLED MATERIALS 14—WIN APWA-WA Division 1 Committee rev.1/8/2016 Proposal for Incorporating Recycled Materilals Into the Project In compliance with a new law that went into effect January 1, 2016(SHB1695),the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9-03.21(1)E,Table on Maximum Allowable Percent(By Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage: _ 1 9 e percent. Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Prefierence,and wil not affect the detiemiination of award, unless two or more lowest responsive Bid totals are exactly equal, In which case proposed recycling percentages w#1 be used as a tie-breaker,per the APWA GSP in Section 1-03.1 of the Special Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders wiH be required to report on recycled materials actually incorporated into the Prgiect; In accordance with the APWA GSP in Section 1-06.6 of the Special Provisions. Bidder: ,]�iq'IGI%� 1? /�� /NC. Signature of Authorized Official: Date: 0 CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT RFB-16 PROJECT#2151 RFB#20-009 CFW RFB VERSION 2020-JUIV Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Was"ingWn State Underutilized Disadvantaged Business Deprintir,tent of Tmnaportatwn Enterprise Utilization Certification To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal, an Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification. The Contracting Agency shall consider as non-responsive and shall reject any Bid Proposal that does not contain a UDBE Utilization Certification which properly demonstrates that the Bidder will meet the UDBE participation requirements in one of the manners provided for in the proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected. An example form has been provided on Page 3.The successful Bidders UDBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1: 1 Q AA3 //VAC certifies that the UDBE firms listed below have been contacted regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall assure that subcontracts or supply agreements are executed with named UDBEs. (If necessary,use additional sheets.) Box 2: SW 5V"- ­21 Q- $rcA V Column 1 Column 2 Column 3 Cdumn 4 Cdumn 5 Name of UDBE Project Role Description of Work Dollar Amount Dollar (See instructions) (See instructions) (See instructions) Subcontracted Amount to be to UDBE Applied (See Instructions) Towards Goal See instrudionsl ao�N�o sis� Su6cor+»�1crulz Su e�Syf��1 6,3 Q5. d 3oS.9-' 3-A& c e S� cortttAcTe1Z Ew.Bw f Cnr►citdt N%at* CFt $89 oos? 89 085,09 Underutilized Disadvantaged Business y - Total UDBE Commitment Dollar Amount Q Enterprise Condition of Award Contract Goal Box 3 86 4 5 By checking Box 5 the Bidder is stating that their attempts to solicit sufficient UDBE pa�cipation to meet the CDA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with Section 1-02.9 of the Contract DOT Form 272-056U Revised 0312018 CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT RFB-17 PROJECT#215 I RFB#20-009 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Instructions for Underutilized Disadvantaged Business Enterprise Utilization Certification Form Box 1: Name of Bidder(Proposal holder)submitting Bid. Box 2: Name of the Project. Column 1:Name of the Underutilized Disadvantaged Business Enterprise(UDBE). UDBE Firms can be found using the search tools under the Firm Certification section of the Diversity Management and Compliance System web page I�CIF)s i�vr r ,p t�iyruytprl,aL n Repeat the name of the UDBE for each Project Role that will be performed. Column 2:The Project Role that the UDBE will be performing as follows; • Prime Contractor • Subcontractor • Subcontractor(Force Account) • Work sublet as Force Account must be listed separately. • Manufacturer • Regular Dealer • Work sublet to a Regular Dealer must be listed separately. • Regular Dealer status must be approved prior to Bid submittal by the Office of Equal Opportunity, Washington State Department of Transportation,on each Contract. • Broker • Work sublet to a Broker must be listed separately. Lis!each project role to be performed by a single UDBE individually on a separate row(s).The role is used to deterrrime what portion of the amount to be subcontracted (Column 4)may be applied toward meeting the goal (column 5). Column 3:Provide a description of the work to be performed by the UDBE.The work to be performed must be consistent with the Certified Business Description of the UDBE provided at the Diversity Management and Compliance System web page hops_:- c]+�t gty_1yconVl+arKe.99T • A Bidder subletting a portion of a bid item shall state"Partial'and describe the Work that is included. • For example;"Electrical(Partial)—Trenching". • "Mobilization"will riot be accepted as a description of Work. Column 4:List the total amount to be subcontracted to each UDBE for each Project Role they are performing. Column 5:This is the dollar amount for each line listed in the certification that the prime intends to apply towards meeting the COA Contract goal. It may be that only a portion of the amount subcontracted to a UDBE in Column 4 is eligible to be credited toward meeting the goal See Note 1,Note 2,Note 3.The Contracting Agency will utilize the sum of this column(Box 4)to determine whether or not the bidder has met the goal. In the event of an arithmetic error in summing column 5 or an error in making appropriate reductions in the amounts in column four,See Note 1,Note 2,Note 3,then the mathematics will be corrected and the total(Box 4)will be revised accordingly. Note 1:For Work sublet as Force Account the bidder may only claim 50%of the amount subcontracted(Column 4)towards meeting the goat(Column 5).This information will be used to demonstrate that the UDBE contract goal is met at the time that the bidder submits their bid.For example;amount sublet as farce account= $100,000(Column 4)equates to($100.000 X 50%) =$50,000(Column 5)to be applied towards the goal. Note 2:For Work sublet to a Regular Dealer the bidder may only claim 60%of the cost of the materials or supplies(Column 4) towards meeting the goat(Column 5). For example;Material cost=$100,000(Column d)equates to($100,000 X 60%)_ $60,000(Column 5)to be applied towards the goal Note 3:For Work sublet to a Broker the bidder may only claim the fees paid to a Broker towards meeting the goal(Column 4). For example;amount sublet to a broker=$100,000(Column 4)equates to($100,000 X reasonab#e fee%)=$(Column 5)to be applied towards the goal. Box 3: Box 3 is the COA Contract goal which is the minimum required UDBE participation.The goal stated in the Contract will be in terms of a dollar amount or a percentage in the Contract.When expressed as a percentage you must multiply the percentage times the sum total of all bid items as submitted in the Bidders Proposal to determine the dollar goal and write it in Box 3. In the event of an error in this box,the Contracting Agency will revise the amount accordingly. Box 4: Box 4 is the sum of the values in column 5.This value must equal or exceed the COA Contract goal amount written In Box 3 or; Box 5: Check Box 5 if insufficient UDBE Participation has been achieved and a good faith effort is required. Refer to the subsection titled,Selection of Successful BidderlGood Faith Efforts(GFE)in the Contract. See the Disadvantaged Business Enterprise Participation specification in the Contract for more information. DOT Form 272-056U Revised 02/2018 CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT RFB-18 PROJECT#2151 RFB#20-009 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal wro �� Underutilized Disadvantacied Business of Tirmspoctabon Enterprise Utilization Certification To be eligible for Award of this Contract the Bidder shall fill out and submit,as a supplement to its.sealed Bid Proposal,an Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification. The Contracting Agency shall consider as non-responsive and shall reject any Bid Proposal that does not contain a UDBE Utilization Certification which properly demonstrates that the Bidder will meet the UDBE participation requirements in one of the manners provided for in the proposed Contract. Refer to the Instructions on Page 2 when filling out this form or the Bid may be rejected. An example form has been provided on Page 3. The successful Bidder's UDBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1: A PItmConstruction Con an certifies that the UDBE firms listed below have been contacted regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract,it shall assure that subcontracts or supply agreements are executed with named UDBEs.(If necessary,use additional sheets.) Box 2:US 395 Spokane City Limits to Stevens County Line - Paving and Safety Column 1 column 2 Column 3 Cdumn 4 Cdumn 5 Name of UDBE Project Role Description of Work Dollar Amount Dollar Amount (See instructions) (See instruclions) (See instructions) Subcontracted to be Applied to UDBE Towards Goal (See instructions) (See instructions) A Plus Construction Prime Asphull and concrete paving,asphalt milling,preleveling N/A 900,000 Company _ _ and pavement reoav In the Line Services,Inc. Subcontractor(Force Crack scaling 20000 lopoo Account) In the Line Services,Inc. Subcontractor Guideposts,joint seal,pavement markers,temporary 200,000 200,000 siena e,construction sign installation The Regular Dealer Rental and sales of highway construction and related 1311000 60000 Everything Guys.LLC _ Nuipment and materials Oplimus Prime Trucking, Subcontractor Dump Trucking LOOP 50,000 Inc. ufacturer Dowel Bcu+ 75,000 75,000 Metalheads,Inc. Manufacturer Erosion Under Control Broker f3s uo Diu ul h cv, alc me watrles,sand bags 15,0130 250 Co. Underutilized Disadvantaged Business 356.%8.16 Total UDBE Commitment Dollar Amount 1,295,250 Enterprise Condition of Award Contract Box 3 Box 4 Goal 5 ❑By checking Box 5 the Bidder is stating that their attempts to solicit suficient UDBE participation to meet the COAA Contract goal has been unsuccessful and good faith euort will be submitted in accordance with Section 1-02.9 of the Contract DOT Form 272-056U Revised 02/2018 CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT RFB-19 PROJECT#215/RFB#20-009 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Washington State Underutilized Disadvantaged Business Department of Transportation Enterprise (UDBE) Written Confirmation Document See Contract Provisions: UDBE Document Submittal Requirements Disadvantaged Business Enterprise Participation THIS FORM SHALL ONLY BE SUBMITTED TO A TJDBE THAT IS LISTED ON THE CONTRACTOR'S UNDEKUTILIZED DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION. THE CONTRACTOR SHALL COMPLETE PART X PRIOR TO SENDING TO THE UDBE. PA10'A: Tfi lie coinlgleted by the bider The entries below shall be consistent with what is shown on the Bidder's Underutilized Disadvantaged Business Enterprise Utilization Certification.Failure to do so will result in Bid rejection. FF " r- n Contract Title: �C 356 S� �(��ryA, e n Bidder's Business Name: 1 J DBE's Business Name: I-MG G'( Description of UDBE's Work: Ce *-t 1CL+ W p-(g l+J Dollar Amount to be Applied Towards UDBE Goal:_� (] Dollar Amount to be Subcontracted to UDBE*: _ .. `Optional Field I1A10' B:To be completed by (lie_l ln[iI-r•j4tilized Digadvantage€I Rg5.i tes-c Enterprise 1 As an authorized representative of the Underutilized Disadvantaged Business Enterprise,I confirm that we have been contacted by the Bidder with regard to the referenced project for the purpose of perfonning the Work described above. If the Bidder is awarded the Contract, we will enter into an agreement with the Bidder to participate in the project consistent with the information provided in Part A of this form. } k Name (printed): ()fae _ Signature: Address: PC) &x '( a Date: 1016 2-0 DOT Form 422-031 U Revised 0212018 UDBE WRITTEN CONFIRMATION DOCUMENT Wash.� Underutilized Disadvantaged Business Departmentont Stake Ent rise UDBE Written Oepartm�nt of Transportation � Confirmation Document .See C'nnJracJ 1'►rn•isionr: fIDBL•'Doc•unlr.rrr Suhntirra/Regrri►1e1r1enrs Disadva►rraged Business Enterprise Participation TIIIS FORM SHALL ONLY BE SUBM1lTED TO A UDBE THAT IS LISTED ON T11E C'ONTRACfOR'S UNDERUTILIZED DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION. THE CONTRACTOR SIIALL COMPLETE PART A PRIOR TO SENDING TO THE UDBE. PART A:To be cutnnieled by the bidder The entries below shall be consistent with what is shown on the Bidder's Undewtilized Disadvantaged Business Enterprise Utilization Certification.Failure to do so will result in Bid rejection. Contract Title: _SW 35� 51- t-z;t„r_ (�Ris�=tZJ�Jlj� TL= - _ Bidder's Business Name; UDBE's Business Nantc:_ Description ofUDBL'sVdork: Dollar Amount to he Applied Towards UDBE(foal: Dollar Amount to be Subcontracted to UD13E*: 'Oplinnal Fwld f'AR1 H-To Irt'r4)111111"Cl1 t1"'the t'ntll'rujilie'ed t)i�;l_t��':11Yt il:ell Iiu�lllt"1l t'.Ektl'l"t16l1P' As an authorized representative of the Underutilized Disadvantaged Business Enterprise,1 confirm tlud we have been contacted by the Bidder with regard to the referenced project for the purpose of performing the Wort: described above. If the Bidder is awarded the Contract.vvc will enter into un agreement wilh the Bidder to participate in the proioct consistent with the information provided in Part A of this fomr. Name(printed) 1 O DID 1.AJ t L.L,1 A KY Signature: — Title: e� 12[cpQmil. 5UtZ VET M AlusT., R /2T-L�J ►�i L — — Address: /O yZ We ST TA wl%sTizr w~r Datc: - kk ,,k r WA ileo r- DOT Form 422.031 U Revised 02J2aia CITY OF FEDERAL WAY SW 320TH STREET PRESERVATION PROJECT RFB-19 PROJECT#214/RFB#20-008 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal UDBE BID ITEM BREAKDOWN ANIL wast;wo,stato Underutilized Disadvantaged Business Depairtilw t of wansportaf(ion Enterprise (UDBE) Bid Item Breakdown Form t.l;antract m 2. e 3.Prime Contractor !1 J /N 4.P�C trectar reset nttativve ame 5.Prime Contractor Representative Phone Number 6.Prime Contractor Rep ti Email x CaWmn B Colman 1 a�mn 2 Cahn 3 Column 4 CoWmn 5 raL.s Total unit mar Amount Name of UDBE Btd hsm# Fur)Pardd Quantity Description Unit Price Coat to t»Applied (a..irobmVW*) 13wrm*Uarmsl (SwIrutn+cmm) lswlruhuaar) (S"inwuaa■) (9-hneuaun) (seelnww+om) Towards God lam bntrumar) Al !►++ Rr�tb` i-L- t 1 _ !° ' � j_L '.- Subtotal: ".90 nit U Total $44*- — DollarAmount Name of UDBE Bid lien# FuRiPartial Quantity Description Unit Price Total Towbe Applied Goal Cenc�. � t Naval l.l►�JQ'�]GIM1I '�7D ` � - �w- << U- t05o �. 24" is(cw -� lS — -34 fULL- 1-40 -70 - 'IkcO- .:2s jkto- -31 y L 215 t. ` tv 3°l Subtotal: Dolar Amount Name of UDBE Bid hem# Ful/Partial Quantity Description UnR Price Tocost to be Applied Towards God Mr r Subtotal: 44.W —fte& T*WUnit DollarAmourrt Name 0 UDBE Bid hem# F.1111 tfal Q uantity Description Unit Price Cost to beApplied - - Towards God i I i Subtotal:, Moo $0.00 TOTAL UDBE Dollar Amount: $o.ao $0.00 DOT Form 272.054 Revised 0112020 CITY OF FEDERAL WAY SW 356T11 STREET PRESERVATION PROJECT RFB-20 PROJECT#2151 RFB#20-009 CFW RFB VERSION 2020-JUN UDBE BID ITEM TRUCKING CREDIT Washington state Underutilized Disadvantaged Business Dapartmerrt of Teanaportethm Enterprise (UDBE)Trucking Credit Form PART A:TO BE COMPLETED BY THE BIDDER This form is in support of the trucldng commitment Identified on the UDBE Utilization Certification Form submitted with the proposal. Please note that UDBE's must be certified prior to time of submittal. Federal Aid# Contract# Project Name If listing items by hours,or by lump sum amounts,please provide calculations to substantiate the quantities Fsted. Bid Item Mom DewAptlon W6 additional shoats as necesssrye Bidder NamelTtle(please print) Phone 7Fax Signature Address I cartify that the above Information Is complete and accurate. Email Dale PART B:TO BE COMPLETED BY THE UDBE TRUCKING FIRM Note:DSENDBE trucking firm participation may only be credited as DBEIUDBE participation for the value of the hauing services, not for the materiela being hauled unless the trucking firm Is also recognized as a supplier of the materiels used on the project and approved for this project as a regular dealer, 1.Type of Material expected to be hauled? 2.Number of fuly operational trucks expected to be used on this project? Tractor/traiers: Dump tricks: 3.Number of trucks and Iraiers owned by the UDBE that A be used on this Tractorltreiers: Dump trucks: project? 4.Number of trucks and tralers based by the UDBE that wIll be used on this Tractorhraiers: _ Dump trucks: project? UDBE Firm Name Nemeff ide(please print) I Certification Number Phone FF- Signature _ Address I certify that the above Information Is complete and accurate_ Email Date DOT Far 272-058 Revised M2018 CITY OF FEDERAL WAY SW 356TN STREET PRESERVATION PROJECT RFB-21 PROJECT#215/RFB#20.009 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal APPRENTICESHIP PLAN SW 356 STREET PRESERVATION PROJECT ELECT ONE: DRAFT Apprenticeship Plan Fill out Sections A, B, & C below and submit with bid. Subcontractors may be listed in Section A by discipline only(i.e. concrete sub, electrical sub)if needed. [ ] FINAL Apprenticeship Plan Fill out Sections A, B, & C below and submit at the Preconstruction Conference. Subcontractors should be listed in Section A by Company name whenever possible. E TS G IQNA: Fill out the following table to demonstrate how the apprenticeship requirements for this project will be met. List the Prime Contractor's hours as well as all anticipated Subcontractor hours for the project. (Attach additional sheets if necessary) PLANNED APPRENTICESHIP HOURS Estimated Contractor/ Trade/Craft Labor Number of Estimated Estimated Subcontractor (i.e. Cement Mason, Hours Apprentices Apprentice Work Start Laborer,etc.) (including (count) Hours Date Apprentice (mm/ddlyyyy) Hours �� C7 A-t M.S "l 'I- �GL.z✓�- t� IS E'���r l.�o STR �S SAA6 Su.KJti`10KS 0 G N I►�U ` A-r-v Total Estimated Total Estimated '] entice Labor Hours [ d APPrHours " DO Percent Apprentice % Hours CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT RFB-22 PROJECT#215/RFB#20-009 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SECTION B- Provide a description of how the Prime contractor plans to ensure that the Apprenticeship Goal on the project will be met. Provide a summary of your outreach and recruitment procedures to hire Apprentices to work on this project. To the extent possible, Contractor shall utilize Apprentices from multiple trades or crafts. (Attach additional sheets if necessary) ttGlgri 5i *` ? SECTION C: By signing below, I acknowledge that no less than fifteen percent(15%) of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors are required to be performed by apprentices enrolled in an apprenticeship training program approved or recognized by the Washington State Apprenticeship and Training Council. understand that unless otherwise waived or reduced, any contractor or subcontractor failing to comply with the apprenticeship requirements for this project shall not be considered a responsible bidder on City of Federal Way Public Works projects for a period of two years from final acceptance of the contract in which noncompliance occurred. Name: �S!1J�c- f 11T1 �ST .� S 11��• Full Legal Name of Firm By: Al c - Signaturqg Authorized Person Print Name of Person Making Certifications for Firm Date: 10. O� 17-r CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT RFB-23 PROJECT#2151 RFB#20-009 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CONFORMED PUBLIC WORKS CONTRACT THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this 2-S day of becem-be ', 2020 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and Lakeside Industries, Inc., a Washington Corporation ("Contractor"), for the project known as SW 356th Street Preservation (the"Project"). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to complete the Project; and B.The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR Contractor shall perform all Work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the Project. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors and in accordance with and as described in the Contract Documents, which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 2. TERM 2.1 This Contract shall commence on the effective date of this Contract and continue until the Project is formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and all bonds for the Project are released by the City. 2.2 The Contractor must complete the Work in accordance with the number of Working Days for the Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of the Project and diverting City resources from other projects and obligations. 2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the Engineer in accordance with the Contract Documents. Any request for a time extension or additional compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages, or other relief(including expectancy or consequential damages) as a result of the event or condition giving rise to such request. 3. COMPENSATION 3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed Nine Hundred Forty Thousand Eighty-Nine and 30/100 Dollars ($ 940,089.30), which amount shall constitute full and complete payment by the City ("Total Compensation"). The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid Proposal, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole and absolute discretion, which shall be withheld until such CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT RFB-27 PROJECT#215/ RFB#20-009 CFW RFB VERSION 2020-JUN CONFORMED 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 SW 356TH STREET PRESERVATION PROJECT RFB-28 PROJECT#2151 RFB#20-009 CFW RFB VERSION 2020-JUN CONFORMED 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. PATENT'S, 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 SW 356TH STREET PRESERVATION PROJECT RFB-29 PROJECT#215/RFB#20-009 CFW RFB VERSION 2020-JUN CONFORMED endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. 7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are included in each subcontract for the work on the Project. 8. GENERAL PROVISIONS 8.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. In entering into this Contract, neither party has relied upon any statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except for those expressly contained in the Contract Documents. 8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. 8.3 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest in accordance with the Contract Documents. 8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally issue a Change Order at any time making changes within the general scope of the Contract, without invalidating the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or fraud. 8.5 Total Cost Method I 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 SW 356TH STREET PRESERVATION PROJECT RFB-30 PROJECT#216/ RFB#20-009 CFW RFB VERSION 2020-JUN CONFORMED 8.7 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. 8.8 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims, action, or dispute. 8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 8.12 Sole Authority/Discretion/Judgment. Where the Contract Documents provide the City or its Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be considered unconditional and absolute. 8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed professional engineer or an engineering company and does not import any additional obligations upon the actions of the Engineer that may govern licensed professional engineers when performing engineering services. The Engineer for this Project is designated as: John Mulkey, P.E., Senior Capital Engineer 8.16 Notices. Any notices required to be given to Contractor or to the Engineer shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT RFB-31 PROJECT#215/RFB#20-009 CFW RFB VERSION 2020-JUN CONFORMED 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: Lakeside Industries, Inc. Attn: Craig Nickel 18808 SE 356th St Covington,WA 98042 ENGINEER City of Federal Way Attn: John Mulkey, P.E., Senior Capital Engineer 33325 8th Ave S Federal Way,WA 98003 8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 8.18 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 8.19 Compliance with Ethics Cade. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and void, at the City's option. 9. PERFORMANCE/PAYMENT BOND Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes, liabilities, increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. DATED the day and year set forth above. CIT FEDgiJAL WAY: CO.NTRACT � I Pederal rrell. ayor Si ure o R«ti�oi-ized Individual 5 8th Avenue South Way, WA 98003-6325 Dax Woolston Printed Name of Authorized Individual A EST: 6505 226th PI SE nV �� '� I Street Address tep anie C urtney. CMCf ity Cle Issaquah,WA 98027 P OVED SQ TO FORM: City, State, Zip t.� J. Ryan Call, City Attorney CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT RFB-32 PROJECT#215/RFB#20-009 CFW RFB VERSION 2020-JUN CONFORMED NOTARY OF CONTRACTOR'S SIGNATURE: STATE OF WASHINGTON ) ) ss. COUNTY OF King ) On this day personally appeared before me Dax Wooiston to me known to be the Sea-jL,-asurer/CFO of Lakeside Industries Inc that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this day of 7Ec�MgLi't' 20 Z-4 6-ow ey— wti (typed/printed name of notary) J�'�` •�9 : Notary Public in and for the State of Washington. ©: ^e� : s My commission expires zr. z3 %'y Effr� OF /lll/lfll!i`!11. CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT RFB-33 PROJECT#215/RFB#20-009 CFW RFB VERSION 2020-JUN SAMPLE CONTRACT CHANGE ORDER PROJECT NUMBER AGREEMENT NUMBEk" CHANGE ORDER NUMBER EFFECTIVE DATE PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The time provided for completion in the Contract is ❑ Unchanged ❑ Increased by_Working Day(s) ❑ Decreased by_Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE $ DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ NEW CONTRACT AMOUNT $ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT RFB-34 PROJECT#215/ RFB#20-009 CFW RFB VERSION 2020-JUN 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 SW 356TH STREET PRESERVATION PROJECT RFB-35 PROJECT#215/ RFB#20-009 CFW RFB VERSION 2020-JUN C DATE(MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 11/30/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ( CONTACT NAME. Parker,Smith&Feek,Inc. PHONE_ 509-789-8350 FAX 509-931-0794 .IAIC,NO rx[]- .... __ tA1C,No}__ 16201 E Indiana Ave,Suite 1000 E-MAII Spokane Valley,WA 99216 nu°RESS' - INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Zurich American Insurance Co. INSURED INSURER B: American Guarantee&Liabili Ins. Lakeside Industries,Inc. P.0 Box 7016 INSURER C Issaquah,WA 98027 INSURER D: INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADD(.SUER POLICY EFF POLICY EXP LTR INSR WVD POLICY NUMBER (MMIDDIYYYY) IMMIDDIVYYY) LIMITS A GENERAL LIABILITY GL0043012500 06/01/2020 06/01/2021 .EACH OCCURRENCE ;$ 2.000.000 l]ANI A"E-r�An-E.IjI7.sb-.... 300,000 X COMM};=RGIAL GENERAL LIABILITY X X „pg�-NISL-S_[Ea erL $ —.. CLAIMS-MADE Z OCCUR MED EXP(Any oneperson) $ 10,000 PERSONAL&ADV INJURY __$ 2,000,000 GENERAL AGGREGATE $ 4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG S 4,000,000 POLICY x PRO X LOC $ A AUTOMOBILE LIABILITY BAP044927100 06/01/2020 06/01/2021 acddant 2,000,000 X ANY AUTO X X BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS E 1 HIRED AUTOS AUUTOSWNED $ $ B UMBRELLALIAB 1C OCCUR SXS937923716 06/01/2020 06/01/2021 EACH OCCURRENCE $ 3,000,000 �)�CEESS LIAB CLAIMS MADEX X AGGREGATE $ 3,000,000 DED x RETENTIONS 0 $ A WORKERS COMPENSATION 1 GL0043012500 1 WC STATU- K OT}4- ANDEMPLOYERS'LIABILITY Y/N O6/O1I2O2O 06/01/2021 ANY PROPRIETORMARTNERIEXECUTIVE ��WA Stop Gap _E.L.EACH ACCIDENT $ 1,000,000 or�CE1R1MEMBEREXCLUDED? ❑ NIA (Mandatary in NH) E-L.DISEASE-EA EMPLOYE4$ 1,000,000 If yes,describe under I ' 1 000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) SW 356th Street Preservation Project-Project 215/RFB NO 20-009 City of Federal Way Public Works... (See Attached Description) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Federal Way ACCORDANCE WITH THE POLICY PROVISIONS. Public Works Department 33325 8th Ave S AUTHORIZED REPRESENTATIVE Federal Way,WA98003-6325 i ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 1 of 15 (EJ000) DESCRIPTIONS (Continued from Page 1 ) Department is an additional insured on the general liability automobile,and excess liability policies per the attached endorsements/forms. Coverage is primary and non-contributory on the general liability,automobile,and excess liability policies per the attached endorsements/forms. Waiver of subrogation applies on the general liability,automobile,and excess liability policies per the attached endorsements/forms. 2 of 15 (EJ000) Additional Insured — Automatic — Owners, Lessees Or ZURICH Contractors THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy Na.GLO 0430125-00 7 Effective Date: 06/01/2020 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section 11—Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured under a written contract or written agreement executed by you, but only with respect to liability for "bodily injury', "properly damage' or "personal and advertising injury" and subject to the following- 1. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office(ISO) ISO CG 20 10(10/01 edition); or b. The ISO CG 20 37(10101 edition), such person or organization is then an additional insured with respect to such endorsement(s),but only to the extent that"bodily injury', "property damage'or"personal and advertising injury'arises out of- (1) Your ongoing operations,with respect to Paragraph i.a. above;or (2) "Your work",with respect to Paragraph 1.b.above, Which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a) Only applies if the"bodily injury',"property damage"or"personal and advertising injury'offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (b) Does not apply to"bodily injury"or"property damage' caused by"your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured 2. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one-or both of the fallowing endorsements: a. The Insurance Services Office(ISO) ISO CG 20 10(07/04 edition); or b. The ISO CG 20.37(07104 edition), such person or organization is then an additional insured with respect to such endorsement(s),but only to the extent that"bodily injury', "property damage"or"personal and advertising injury"is caused, in whole or in part, by. (1) Your acts or omissions: or (2) The acts or omissions of those acting on your behalf, U-GL•2162-A CW(02/19) Page 1 of 4 Includes copyrrghled material of Insurance Services Office,Inc,.with its permission. in the performance of: (a) Your ongoing operations,with respect to Paragraph 2.a.above: or (b) "Your work" and included in the "products-completed operations hazard", with respect to Paragraph 2.1b.above. which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i) Only applies if the "bodily injury", "property.damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement;and (ii) Does not apply to 'bodily injury"or"property damage" caused by"your work"and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3. If neither Paragraph 1. nor Paragraph 2.above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CIS 20 10(04113 edition, any subsequent edition or if no edition date is specified):or b. With respect to ongoing operations(if no form is specified), such person or organization is then an additional insured only to the extent that"bodily injury", "property damage" or"personal and advertising injury'is caused, in whole or in part by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of your ongoing operations,which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a) Only applies to the extent permitted by law; (b) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c) Only applies if the"bodily injury","property damage'or"personal and advertising injury"offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an•additional insured: a. Under the'ISO CG 20 37 (04113 edition, any subsequent edition or if no edition date is specified), or b. With respect to the"products-completed operations hazard"(if no form is specified), such person or organization is then an additional insured only to the extent that'bodily injury"or"property damage' is caused, in whole or in part by"your work"and included in the"products-completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3) Only applies if the"bodily injury'or"property damage' occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. U•GL-2162-A CW(02119) Page 2 of 4 Includes copyrighted material of Insurance Services Office, Inc.,with its permission B. Solely with respect to the Insurance afforded to any additional insured referenced in Section A. of this endorsement, the following additional exclusion applies. This insurance does not apply to"bodily injury", "property damage" or"personal and advertising injury"arising out of the rendering of,or failure to render, any professional architectural,engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders.change orders or drawings and specifications; 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"occurrence"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. C. Solely with respect to the coverage provided by this endorsement,the following is added to Paragraph 2.Duties In The Event Of Occurrence,Offense,Claim Or Suit of Section IV—Commercial General Liability Conditions: The additional insured must see to it that: (1) We are notified as soon as practicable of an'occurrence"or offense that may result in a claim; (2) We receive written notice of a claim or"suit"as soon as practicable; and (3) A request for defense and indemnity of the claim or"suit"will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. Solely with respect to the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured_ 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition under Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance,whether primary,excess,contingent or on any other basis,available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds; and which endorsement applies specifically to that identified additional insured. F. Solely with respect to the Insurance afforded to an additional Insured under Paragraph A.3. or Paragraph A.4. of this endorsement, the following is added to Section III—Limits Of Insurance: Additional Insured—Automatic—Owners,Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: U-GL-2162•A Cvv(02r1g) Page 3 of 4 Includes copyrighted material of Insurance Services Office,Inc with its permission 1. Required by the written contract or written agreement referenced in Section A. of this endorsement;or 2. 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 Declarations. All other terms,conditions, provisions and exclusions of this policy remain the same. U•GL-2162-A CW(02119) Page 4 of 4 includes copyrighted material of Insurance Services Office.Inc vnth its permission Waiver Of Subrogation (Blanket) Endorsement Policy No. Etf.Date of Pol. E:p.Dute of Pol. I1i0:Date or End. Producer Addl Prcm Return Prem. GL0043012500 06/01/2020 06/01/2021 66/61/2020 73791000 5 INGt S THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement,which is executed before a loss,to waive your rights of recovery from others,we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. Page I ui 1 7 of 15 (EJ000) THIS PAGE INTENTIONALLY LEFT BLANK E of 15 BNBUINC(5r,5000) Coverage Extension Endorsement ZURICH Policy No. F.ff Uale of Pol Exp Date of Pol. Ell'.Datc of End Producer No Add'I Prem Retum Prem BAP044927100 06/01/2020 06/01/2021 06/01/2020 73791000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II—Covered Autos Liability Coverage: The following are also"insureds": a. Any "employee" of yours is an "insured"while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto' hired or rented under a contract or agreement in an "employee's' name, with your permission,while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an"auto"referenced in Paragraphs A.1.a. and A.1.b.in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s)where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any"accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured"will apply on an excess basis However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law 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. U-CA-424-F CW(04-14) Page 1 of 6 Includes copyrighted material of Insurance Sery fees Office.Inc wilh its nerrnission agent, servant or employee of the "insured"to notify us of any"accident". claim, "suit"or"loss" shall not invalidate the insurance afforded by this policy Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit"including, but not limited to,the date and details of such claim or"suit"; (2) The"insured's"name and address; and (3) To the extent possible,the names and addresses of any injured persons and witnesses. If you report an "accident". claim "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or"loss" arises out of operations contemplated by such contract This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos"you own: (1) Any covered"auto"you lease, hire, rent or borrow; and (2) Any covered"auto" hired or rented under a written contract or written agreement entered into by an"employee"or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired rented or borrowed with a driver is not a covered"auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However,we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos"or other misstatement of information You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy S. Hired Auto—World Wide Coverage Paragraph 7a.(5)of the Policy Period,Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" Is leased, hired. rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury" in the Definitions Section Is replaced by the following: "Bodily injury" means bodily injury sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CVV(04-14) Page 5 of 6 Includes copyrighted material of Insurance Services Office Inc with its permission agent, servant or employee of the"insured"to notify us of any"accident", claim, "suit"or"loss"shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit"including, but not limited to,the date and details of such claim or"suit'; (2) The"insured's"name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the"accident" or"loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos"you own: (1) Any covered"auto"you lease, hire, rent or borrow; and (2) Any covered"auto"hired or rented under a written contract or written agreement entered into by an"employee"or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered"auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment,Misrepresentation Or Fraud Condition: However,we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos"or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy S. Hired Auto—World Wide Coverage Paragraph 7a.(5)of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered"auto"is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CW(04-14) Page 5 of 6 Includes copyrighted material of Insurance Services Office Inc,with its permission. THIS PAGE INTENTIONALLY LEFT BLANK 82)6fl45 BNBUINC(M,l.00) Straight Excess Liability Policy Z U RIC H There are provisions in this policy that 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 Declarations, and any other person or organization qualifying as such in underlying insurance. The words'eve", "us"and"our" refer to the company providing this insurance. The word "insured(s)" means any person or organization qualifying as such in underlying insurance but only to the extent and within the scope for which such "insured(s)"qualify for coverage in underlying insurance. Words and phrases that are printed in bold-face type are defined in this policy. These definitions are found in SECTION VI. DEFINITIONS of this policy or in the specific policy provision where they appear. In consideration of the payment of the premium and in reliance upon the statements in the Declarations and in accordance with the provisions of this policy,we agree with you to provide coverage as follows: Insuring Agreements SECTION I.COVERAGE A. We will pay on behalf of the insured those damages covered by this insurance in excess of the total Applicable Limits of underlying insurance. This policy includes: 1. The terms and conditions of underlying insurance to the extent such terms and conditions are not inconsistent or do not conflict with the terms and conditions referred to in Paragraph 2.below; and 2. The terms and conditions that apply to this policy. B. Notwithstanding anything to the contrary contained in Paragraph A.above, if underlying insurance does not apply to damages for reasons other than exhaustion of total applicable limits of insurance by payment of loss, then this policy does not apply to such damages. C. The amount we will pay under this policy is limited as described in SECTION II. LIMITS OF INSURANCE- D. We have no obligation under this policy with respect to any settlement made without our consent. E. The insurance afforded under this policy applies to bodily injury or property damage.only if prior to the Policy Period, neither you nor any authorized person knew that the bodily injury or property damage had occurred, in whole or in part. If you or any authorized person knew, prior to the Policy Period, that the bodily injury or property damage occurred, then any continuation, change or resumption of such bodily injury or property damage during or after the Policy Period will be deemed to have been known prior to the Policy Period. Bodily injury or property damage which occurs during the Policy Period and was not, prior to the Policy Period, known to have occurred by you or any authorized person includes any continuation, change or resumption of that bodily injury or property damage after the Policy Period; and Bodily injury or property damage will be deemed to have been known to have occurred at the earliest time when you or any authorized person: 1. Reports all or any part of, the bodily injury or property damage to us or any other insurer; 2. Receives a written or verbal demand or claim for damages because of the bodily injury or property damage;or 3. Becomes aware by any other means that bodily injury or property damage has occurred or has begun to occur. U-sxs-100-A cw(09111) Page 1 of 10 Limited Other Insurance Condition Amendment 0 ZURICH Policy No. Eff.Date of Pol Exp. Date of Pol. Eff.Date of End. Producer Add'I Prem. Return Prem. Named Insured and Mailing Address: Producer: PARKER, SMITH& FEEK, INC. 2233 112TH AVE NE BELLEVUE,WA 98004-2936 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Condition G. Other Insurance of SECTION V. CONDITIONS, paragraph G., Other Insurance is deleted and replaced with the following: G. Other Insurance If other insurance applies to damages that are also covered by this policy, this policy will apply excess of the other insurance. However, this provision will not apply: 1. If the other insurance is written to be excess of this policy; or 2. If you have agreed in a written contract to carry insurance to apply prior to and be non-contributory with that of another person or organization's insurance, but only as respects damages arising out of insured operations or work on your behalf performed under such written contract. However, the limits available to the other person or organization will be the lesser of our policy Limits of Insurance or the limits required by such written contract In that case, other insurance of that person or organization will apply as excess and not contribute prior to the insurance afforded by this policy. Nothing herein will be construed to make this policy subject to the terms, conditions and limitations of such other Insurance. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. U-EXS-420-A CW(03/12) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission I. Transfer of Rights of Recovery Against Others to Us 1. If the insured has rights to recover all or part of any payment we have made under this insurance,those rights are transferred to us.The insured must do nothing after the loss to impair them. At our request,the insured will bring suit or transfer those rights to us and help us enforce them. However, if any insured is required to waive their rights of recovery from others by a written contract or agreement executed before a loss, we agree to waive our rights of recovery to the extent required by the written contract or agreement. This waiver of rights will not be construed to be a waiver with respect to any other operations for which the insured has not waived their rights of recovery by contract. 2. Any amount recovered will be apportioned in the inverse order of payment of loss to the extent of actual payment.The expenses of all such recovery proceedings will be apportioned in the ratio of respective recoveries. J. Unintentional Errors and Omissions Any unintentional error or omission in the description of, or failure to describe completely, any premises or operations intended to be covered by this policy, shall not invalidate or affect the coverage for those operations or premises. However,the insured must report such error or omission to the company as soon as practicable after its discovery. K. When Loss is Payable Coverage under this policy will not apply unless and until the insured or the insured's underlying insurer has paid or is legally obligated to pay the full amount of the total Applicable Limits of underlying insurance. When the amount of loss is determined by an agreed settlement or a final judgment against an insured obtained after an actual trial,we will promptly pay on behalf of the insured the amount of loss covered under the terms of this policy. L. Audit of Books and Records We may audit and examine your books and records as they relate to this policy at any time during the period of this policy and for up to three(3)years after the expiration or termination of this policy. M. Changes Notice to any agent or knowledge possessed by any agent or any other person will not effect a waiver or a change in any part of this policy. This policy can only be changed by a written endorsement that becomes a part of this policy. N. First Named Insured The person or organization first named in Item 1. of the Declarations is responsible for the payment of all premiums. The first Named Insured will act on behalf of all other insureds for the giving and receiving of notice of cancellation or any other notice required under this policy or by statute or regulation, for the receipt and acceptance of this policy and any endorsements forming a part of this policy, and for the receiving of any return premiums that become payable under this policy. O. Inspection We have the right, but are not obligated to inspect the insured's premises and operations at any time. Our inspections are not safety inspections. They relate only to the insurability of the premises and operations and the premium to be charged. We may provide reports on the conditions we find.We may also recommend changes. While these reports may help reduce losses, we do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. We do not warrant that the premises or operations are safe or healthful, or that they comply with laws, regulations, codes or standards. P. Legal Action Against Us There will be no right of action against us under this insurance unless: 1. You have complied with all the terms of this policy; and 2. The amount you owe has been determined by settlement with our consent or by actual trial and final judgment. This insurance does not give anyone the right to add us as a party in an action against you to determine your liability. u-sxs-100-A cw(09/11) Page 9 of 10 PERFORMANCE AND PAYMENT BOND SW 356TH STREET PRESERVATION PROJECT The City of Federal Way ("City") has awarded to Lakeside Industries, Inc. ("Principal"), a contract for the construction of the above referenced project, and said Principal is required to furnish a bond for performance of all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code of Washington (RCW) and (where applicable) Chapter 60.28 RCW. Travelers Casualty and Surety The Principal, and Company of America ("Surety"), a corporation organized under the laws of the State of Connecticut 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 Nine Hundred Forty Thousand—Eighty-Nine and 30/100 US Dollars ($940,089.30)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: Lakeside Industries, Inc. SURETY: Tr faAveme asualty and Surety Company rica 11/30/2020 11/30/2020 Prin gnat e Date urety Signature Date +`�A7c Susan B.Larson Printed Name Printed Name C Fo S EC CF.I-P$- Attomey-in-Fact Title Title SURLC ,IL�rlI l llrl!!r„�4 = HAFITr _ :. CONN. o p'ylenri„p.pd"••+ CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT RFB-37 PROJECT#215/RFB#20-009 CFW RFB VERSION 2020-JUN LOCAL OFFICEIAGENT OF SURETY: Parker, Smith&Feek, Inc. Name 2233 112th Ave NE Street Address Bellevue,WA 98004 City, State, Zip (425)709-3600 Telephone BOND NO.: 107332210 APPROVED AS TO FORM: J. Ryan Call, City Attorney CITY OF FEDERAL WAY SW 366TH STREET PRESERVATION PROJECT RFB-38 PROJECT#216/RFB#20-009 CFW RFB VERSION 2020-JUN Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELER St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Susan B.Larson of BELLEVUE Washington , their true arid lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obdlgatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeaIg the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 17th day of January, 2019. �.74 MA17, J„y TT AVO �7�RrFQ� 0, ; State of Connecticut f By:. _ City of Hartford ss. Robert L.Rane f:Senior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal rn ' uotA 3 !Y e My Commission expires the 30th day of June,2021 • Y!7 ''e;ic Anna P.Nowik,Notary Public 0 ...r 4 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Ag.:;nts to alit for and on behalf of the Company and may give such appointee such authority as his cr her ceriifcaU: of authority may prescribe to sign w;th the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnty.anc oth er s,,riiings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said Officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED,that any bond, leuugnizanue, contras: of indemnity, or writing obligatory in the nature of a bond, rscr,gru--ance, or conditional undertaking shall be valid and bnding upon the Company when (a) signed by the President, any Vice Chairman, any Exc cwive Vice President, any Senior Vice President or any Vi e President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duty att,%sted and sealed with the Company's s�.al by a Secretary or Assistant Secretary; or(b) duly executed (under seal, if rerarfircd)by one 0r more Attorney=y-in-Fact oral Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more[;0rnpanv officer:,pursuant t0 a Wlv ft[en delegation of authority;and R is FURTHER RESOLVED,that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President,any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or .Attcrneyw-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached, I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 30th day of November 2020 g}.P."J"N yM(r Ali �,�* 3 i'NARTFOFID,� Ct7170�AA 4 • CONN tr[A► AT y. • &KeE.Hughes,A.ssi Cant Secretary To verify the authenticity of this Power ofAttorney,please call us at 1-800-421-3880. Please refer to the above-named Atttomey-in-Fact and the details of the bond to which this Power of Attorney is attached. INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (April 12, 2018 CFW GSP) ("PROJECT-SPECIFIC SPECIAL PROVISION'**) Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • WSDOT Standard Plans • City of Federal Way Public Works Development Standards R National Electric Code, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the SW 3561h Street Preservation Project 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 SW 356T" STREET PRESERVATION PROJECT SP-2 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 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 SW 356T" STREET PRESERVATION PROJECT SP-3 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works Contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Flans 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: LToNo. of Prime Contractor Sets Basis of Distribution Reduced Plans (11" x 17") 1 Furnished automatically upon award. Contract Provisions 1N Furnished automatically upon award. Large Plans (e.g., 22" x 34") 1 1 Furnished only upon request. Additional Plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1_-02.4 Examination of Plans, Specifications, and Site Work (June 27, 2011 APWA GSP) 1-02.41 General (August 15, 2016 APWA GSP, Option B) The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business three (3) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-4 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (July 11, 2018 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last two paragraphs, and replace them with the following: If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work. The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. (May 28, 2020 APWA GSP) Supplement this section with the following: The Bidder shall submit with the Bid a completed Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification, when required by the Special Provisions. For each and every UDBE firm listed on the Bidder's completed Underutilized Disadvantaged Business Enterprise Utilization Certification, the Bidder shall submit written confirmation from that UDBE firm that the UDBE is in agreement with the UDBE participation CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-5 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 commitment that the Bidder has made in the Bidder's completed Underutilized Disadvantaged Business Enterprise Utilization Certification. WSDOT Form 422 031 U (Underutilized Disadvantaged Business Enterprise Written Confirmation Document) is to be used for this purpose. Bidder must submit good faith effort documentation only in the event the bidder's efforts to solicit sufficient UDBE participation have been unsuccessful. The Bidder shall submit a UDBE Bid Item Breakdown form defining the scope of work to be performed by each UDBE listed on the UDBE Utilization Certification. If the Bidder lists a'UDBE Trucking firm on the UDBE Utilization Certification, then the Bidder must also submit a UDBE Trucking Credit Form (WSDOT Form 272-058) documenting how the UDBE Trucking firm will be able to perform the scope of work subcontracted to them. Directions for delivery of the Underutilized Disadvantaged Business Enterprise Written Confirmation Documents, Underutilized Disadvantaged Business Enterprise Good Faith Effort documentation, UDBE Bid Item Breakdown Form and the UDBE Trucking Credit Form are included in Section 1-02.9. (June 4, 2020 WSDOT GSP, OPTION 9) Item number 1 in the fifth paragraph of Section 1-02.6 is revised to read: 1. Subcontractors who will perform the work of structural steel installation, rebar installation, heating, ventilation, air conditioning and plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, and Add the following new section: 1-02.60) Recycled Materials Proposal (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-6 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (December 19, 2019 APWA GSP, OPTION A) Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. To be considered responsive on a FHWA-funded project, the Bidder may be required to submit the following items, as required by Section 1-02.6: UDBE Written Confirmation Document from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification (WSDOT 272-056U) ® Good Faith Effort (GFE) Documentation • UDBE Bid Item Breakdown (WSDOT 2727-054) • UDBE Trucking Credit Form (WSDOT 272-058) These documents, if applicable, shall be received either with the Bid Proposal or as a supplement to the Bid. These documents shall be received no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed envelope labeled the same as for the Proposal, with "Supplemental Information" added. All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. Proposals that are received as required will be publicly opened and read as specified in Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any "Supplemental Information" (UDBE confirmations, or GFE documentation) that is received after the time specified above, or received in a location other than that specified in the Call for Bids. If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-7 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 1-02.10 Withd rawi ng, Revi s i ng, or Su p p Iementin a Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.13 Irregular Proposals (December 19, 2019 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; C. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification that they are in agreement with the bidder's UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-8 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The 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 (May 17, 2018 APWA GSP, OPTION B) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental Criteria 1-7 listed in this Section. Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. 1. Delinquent State Taxes A. Criterion:The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder does not owe delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes are owed to the Washington State Department of Revenue, the Bidder must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-9 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub-tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Claims Against Retainage and Bands 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. DoUimentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project The owner and contact information for the owner; A list of claims filed against the retainage and/or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 5. Public Bidding Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that CITY OF FEDERAL WAY SW 366T" STREET PRESERVATION PROJECT SP-10 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause /Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . 7. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third-parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA I PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for anv item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or JUMP sum price to the minimum_ specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes_ where applicable and such additives and/or purposes and to fix the Awarded Contract used by the Contracting alternates as selected by the Contractin Agency, will be Agency for award act. Price amount and the amount of the contract bond. 1-03.1 1 Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid that proposed to use the highest ercenta e of recycled materials in the Pro ect per the form submitted with the CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-12 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Bid Proposal. If those percentages are also exactly equal. then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount are eligible to draw. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions including the unsigned Form of Contract. will be available for signature by the successful bidder on the first business day following award The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 20 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 5 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1-03.7 Judicial Review (November 30, 2018 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF THE WORT{ 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) . Revise the second paragraph to read. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-14 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details if any), and 8. WSDOT Standard Plans for Road. Bridge. and Municipal Construction. 1-04.4 Changes (April 30, 2020 WSDOT GSP, OPTION 1) Section 1-04.4 is supplemented with the following: Change Orders will be transmitted electronically to the Contractor for signature. The Contractor shall apply all signatures electronically using the software provided by the Contracting Agency. Within 21 days of execution of the Contract, the Contractor shall submit a Type 1 Working Drawing consisting of the names, email addresses, and text- message capable phone numbers for the authorized change order signers and shall bear the name, phone number and email of the officer providing this authorization. Delegation of authority to sign Change Orders shall be by the officer authorized to sign the Contract in accordance with Section 1-02.1 1-Q5 CONTRQL_OF WORK 1-05.4 Conformity With and Deviations from Plans and Stakes (April 2, 2018, WSDOT GSP, OPTION 4) Section 1-05.4 is supplemented with the following: Contractor Surveying -ADA Features ADA Feature Staking Requirements The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, and grades necessary for the construction of the ADA features. Calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall build the ADA features within the specifications in the Standard Plans and contract documents. ADA Feature As-Built Measurements The Contractor shall be responsible for providing electronic As-Built records of all ADA feature improvements completed in the Contract. The survey work shall include but not be limited to completing the measurements, recording the required measurements and completing other data fill-ins found on the ADA Measurement Forms, and transmitting the electronic Forms to the Engineer. The ADA Measurement Forms are found at the following website location: http://www.wsdot.wa.gov/Design/ADAGuidance.htm CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 In the instance where an ADA Feature does not meet accessibility requirements, all work to replace non-conforming work and then to measure, record the as-built measurements, and transmit the electronic Forms to the Engineer shall be completed at no additional cost to the Contracting Agency, as ordered by the Engineer. Payment Payment will be made for the following bid item that is included in the Proposal: "ADA Features Surveying", lump sum. The unit Contract price per lump sum for "ADA Features Surveying" shall be full pay for all the Work as specified. 1-05.7 Removal of Defective and unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in Contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1_-05.11 Final Inspection (October 1, 2005 APWA GSP) Delete this section and replace it with the following: CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT SPA PROJECT#215 CFW SPECIAL PROVISIONS VER 2020.06 1-05.11 Final Inspections and Operational Testing 1-05.110) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. 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 SW 356T" STREET PRESERVATION PROJECT SP-17 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the Contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11 3 Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit Contract prices related to the system being tested, unless specifically set forth otherwise in the Proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as a-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) CITY OF FEDERAL WAY SW 356TM STREET PRESERVATION PROJECT SP-18 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power and water as a pay item. 1-06 CONTROL OF MATERIAL (August 6, 2012, WSDOT GSP, OPTION 1(A)) Section 1-06 is supplemented with the following: Buy America In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or$2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen c. Electric furnace. CITY OF FEDERAL WAY SW 356TM STREET PRESERVATION PROJECT SP-19 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 d. Direct reduction. 2. Rolling, heat treating, and any other similar processing.. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1_-07 LEGAL RELATIONS AND RESPQLgSIBILITIES TO THE„PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT SP-20 PROJECT#215 CFW SPECIAL PROVISIONS VER.2020.06 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: (May 13, 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 supplemented in these specifications, COVID-19 Health and Safety Plan (CHSP). 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a Bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit Bid_ prices or other Contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all Contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this Contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax— Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit Bid item prices, or other Contract amounts, including those that the CITY OF FEDERAL WAY SW 356TM STREET PRESERVATION PROJECT SP-21 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax— Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full Contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid item prices, or in any other Contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid item prices or in any other Contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any Contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.4 Sanitation Section 1-07.4(2) is supplemented with the following: 107.4(2) Health Hazards (May 13, 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. The CHSP shall be based on the most current State and Federal requirements. If the State or Federal requirements are revised, the CHSP shall be updated as necessary to conform to the current requirements. 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 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-22 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 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. 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 noncompliance incident or suspend all or part of the associated work activity. The Contractor shall satisfy the Engineer that the noncompliance incident has been corrected before the suspension will end. 1-07.7 Load Limits (March 13, 1995 WSDOT GSP, OPTION 6) Section 1-07.7 is supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.9 Wages 1-07.9f 1) General (January 6, 2020 WSDOT GSP, OPTION 1) Section 1-07.9(1) is supplemented with the following: The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA20200001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. (April 2, 2007 WSDOT GSP, OPTION 4) Application of Wage Rates For The Occupation Of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. In addition, federal wage rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-23 PROJECT#216 CFW SPECIAL PROVISIONS VER. 2020.06 Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the occupation description, Mulch Seeding Operator. If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at http://www.wdol.gov/docs/sfl444.pdf, and submit the completed form to the Engineer's office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. 1-07.9(5) Required Documents (January 3, 2020 APWA GSP) Delete this section and replace it with the following: General All "Statements of Intent to Pay Prevailing Wages", "Affidavits of Wages Paid" and Certified Payrolls, including a signed Statement of Compliance for Federal-aid projects, shall be submitted to the Engineer using the State L&I online Prevailing Wage Intent &Affidavit (PWIA) system. Intents and Affidavits On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for themselves and for each firm covered under RCW 39.12 that will or has provided Work and materials for the Contract: 1. The approved "Statement of Intent to Pay Prevailing Wages" State L&I's form number F700-029-000. The Contracting Agency will make no payment 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 F700- 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&I and all of the approved forms have been submitted to the Engineer for every firm that worked on the Contract. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-24 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 The Contractor is responsible for requesting these forms from State L&I and for paying any fees required by State L&I. Certified Payrolls Certified payrolls are required to be submitted by the Contractor for themselves, all Subcontractors and all lower 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 these payrolls may result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12). 1-07.11 Requirements for Nondiscrimination (September 3, 2019 WSDOT GSP, OPTION 1) Section 1-07.11 is supplemented with the following: Requirement far Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable. Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA: SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non-SMSA Counties 3.6 WA Walla Walla. Yakima, WA: CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-26 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 SMSA Counties: Yakima, WA 9.7 WA Yakima. Non-SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non-SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR-WA 4.5 WA Clark. Non-SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-26 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 geographical area in which the contract is to be performed. The notification shall be sent to: U.S. Department of Labor Office of Federal Contract Compliance Programs Pacific Region Attn: Regional Director San Francisco Federal Building 90 —7th Street, Suite 18-300 San Francisco, CA 94103(415) 625-7800 Phone (415) 625-7799 Fax Additional information may be found at the U.S. Department of Labor website: http://www.dol.gov/ofccp/TAguides/ctaguide.htm 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-27 PROJECT#215 CFW SPECIAL PROVISIONS VER 2020.06 and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT SP-28 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-29 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-30 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work-force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be CITY OF FEDERAL WAY SW 356TM STREET PRESERVATION PROJECT SP-31 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 16. Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at: Washington State Dept. of Transportation Office of Equal Opportunity PO Box 47314 310 Maple Park Ave. SE Olympia WA 98504-7314 Ph: 360-705-7090 Fax: 360-705-6801 http://www.wsdot.wa.gov/equalopportunity/default.htm (December 19, 2019,APWA GSP, OPTION B) Supplement this section with the following: Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and USDOT's official interpretations (i.e., Questions & Answers) apply to this Contract. Demonstrating compliance with these Specifications is a Condition of Award (COA) of this Contract. Failure to comply with the requirements of this Specification may result in your Bid being found to be nonresponsive resulting in rejection or other sanctions as provided by Contract. DBE Abbreviations and Definitions Broker—A business firm that provides a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials, or supplies required for the performance of the Contract; or, persons/companies who arrange or expedite transactions. Certified Business Description — Specific descriptions of work the DBE is certified to perform, as identified in the Certified Firm Directory, under the Vendor Information page. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-32 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 Certified Firm Directory — A database of all Minority, Women, and Disadvantaged Business Enterprises, including those identified as a UDBE, currently certified by Washington State. The on-line Directory is available to Contractors for their use in identifying and soliciting interest from DBE firms. The database is located under the Firm Certification section of the Diversity Management and Compliance System web page at: https://omwbe.diversitycompliance.com. Commercially Useful Function (CUF) — 49 CFR 26.55(c)(1) defines commercially useful function as: "A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a commercially useful function, you must evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors." Disadvantaged Business Enterprise (DBE) — A business firm certified by the Washington State Office of Minority and Women's Business Enterprises, as meeting the criteria outlined in 49 CFR 26 regarding DBE certification. A Underutilized Disadvantaged Business Enterprise (UDBE) firm is a subset of DBE. Force Account Work — Work measured and paid in accordance with Section 1- 09.6. Good Faith Efforts — Efforts to achieve the UDBE COA Goal or other requirements of this part which, by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program requirement. Manufacturer (DBE) — A DBE firm that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract. A DBE Manufacturer shall produce finished goods or products from raw or unfinished material or purchase and substantially alters goods and materials to make them suitable for construction use before reselling them. Reasonable Fee (DBE) — For purposes of Brokers or service providers a reasonable fee shall not exceed 5% of the total cost of the goods or services brokered. Regular Dealer (DBE) — A DBE firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of a Contract are bought, kept in stock, and regularly sold to the CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-33 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 public in the usual course of business. To be a Regular Dealer, the DBE firm must be an established regular business that engages in as its principal business and in its own name the purchase and sale of the products in question. A Regular Dealer in such items as steel, cement, gravel, stone, and petroleum products need not own, operate or maintain a place of business if it both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by long-term formal lease agreements and not on an ad-hoc basis. Brokers, packagers, manufacturers' representatives, or other persons who arrange or expedite transactions shall not be regarded as Regular Dealers within the meaning of this definition. Underutilized Disadvantaged Business Enterprise (UDBE) —A DBE Firm that is underutilized based on WSDOT's Disparity Study. UDBE Commitment — The dollar amount the Bidder indicates they will be subcontracting to be applied towards the UDBE Condition of Award Goal as shown on the UDBE Utilization Certification Form for each UDBE Subcontractor. This UDBE Commitment amount will be incorporated into the Contract and shall be considered a Contract requirement. Any changes to the UDBE Commitment require the Engineer's approval. UDBE Condition of Award (COA) Goal — An assigned numerical amount specified as a percentage of the Contract. Initially, this is the minimum amount that the Bidder must commit to by submission of the Utilization Certification Form and/or by Good Faith Effort (GFE). UDBE COA Goal The Contracting Agency has established a UDBE COA Goal for this Contract in the amount of: *** 10% *** Crediting DBE Participation Subcontractors proposed as COA must be certified prior to the due date for bids on the Contract. All non-COA DBE Subcontractors shall be certified before the subcontract on which they are participating is executed. DBE participation is only credited upon payment to the DBE. The following are some definitions of what may be counted as DBE participation. DBE Prime Contractor Only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime Contractor performs with its own forces and is certified to perform. DBE Subcontractor Only take credit for that portion of the total dollar value of the subcontract that is equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces and is certified to perform. The value of work performed by the DBE includes the cost of supplies and materials purchased by the DBE and equipment leased by the DBE, for its work on the contract. Supplies, materials or CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-34 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 equipment obtained by a DBE that are not utilized or incorporated in the contract work by the DBE will not be eligible for DBE credit. The supplies, materials, and equipment purchased or leased from the Contractor or its affiliate, including any Contractor's resources available to DBE subcontractors at no cost, shall not be credited. DBE credit will not be given in instances where the equipment lease includes the operator. The DBE is expected to operate the equipment used in the performance of its work under the contract with its own forces. Situations where equipment is leased and used by the DBE, but payment is deducted from the Contractor's payment to the DBE is not allowed. When the subcontractor is part of a UDBE Commitment, the following apply: 1. If a UDBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be counted toward the UDBE COA Goal only if the Lower-Tier Subcontractor is also a UDBE. 2. Work subcontracted to a Lower-Tier Subcontractor that is a DBE, but not a UDBE, may be counted as DBE participation but not counted toward the UDBE COA Goal. 3. Work subcontracted to a non-DBE does not count towards the UDBE COA Goal nor DBE participation. DBE Subcontract and Lower Tier Subcontract Documents There must be a subcontract agreement that complies with 49 CFR Part 26 and fully describes the distinct elements of Work committed to be performed by the DBE. DBE Service Provider The value of fees or commissions charged by a DBE firm behaving in a manner of a Broker, or another service provider for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance specifically required for the performance of the contract will only be credited as DBE participation, if the fee/commission is determined by the Contracting Agency to be reasonable and the firm has performed a CUF. Force Account Work When the Contractor elects to utilize force account Work to meet the UDBE COA Goal, as demonstrated by listing this force account Work on the UDBE Utilization Certification Form, for the purposes of meeting UDBE COA Goal, only 50% of the Proposal amount shall be credited toward the Contractors Commitment to meet the UDBE COA Goal. One hundred percent of the actual amounts paid to the DBE for the force account Work shall be credited towards UDBE COA Goal or DBE participation. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-35 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Temporary Traffic Control If the DBE firm is being utilized in the capacity of only "Flagging", the DBE firm must provide a Traffic Control Supervisor (TCS) and flagger, which are under the direct control of the DBE. The DBE firm shall also provide all flagging equipment (e.g. paddles, hard hats, and vests). If the DBE firm is being utilized in the capacity of "Traffic Control Services", the DBE firm must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in total control of all items in implementing the traffic control for the project. Trucking DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also certified as a supplier. In situations where the DBE's work is priced per ton, the value of the hauling service must be calculated separately from the value of the materials in order to determine DBE credit for hauling The DBE trucking firm must own and operate at least one licensed, insured and operational truck on the contract. The truck must be of the type that is necessary to perform the hauling duties required under the contract. The DBE receives credit for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. The DBE may lease additional trucks from another DBE firm. The DBE who leases additional trucks from another DBE firm receives credit for the value of the transportation services the lessee DBE provides on the Contract. The trucking Work subcontracted to any non-DBE trucking firm will not receive credit for Work done on the project. The DBE may lease trucks from a truck leasing company (recognized truck rental center), but can only receive credit towards DBE participation if the DBE uses its own employees as drivers. DBE Manufacturer and DBE Regular Dealer One hundred percent (100%) of the cost of the manufactured product obtained from a DBE manufacturer can count as DBE participation. If the DBE manufacturer is a UDBE, participation may count towards the UDBE COA Goal. Sixty percent (60%) of the cost of materials or supplies purchased from a DBE Regular Dealer may be credited as DBE Participation. If the role of the DBE Regular Dealer is determined to be that of a Broker, then DBE credit will be limited to the fee or commission it receives for its services. Regular Dealer status and the amount of credit is determined on a Contract-by-Contract basis. If the DBE regular dealer is a UDBE, participation may count towards the UDBE COA Goal. DBE firms proposed to be used as a Regular Dealer must be approved before being listed as a COA/used on a project. The WSDOT Approved Regular Dealer CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-36 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 list published on WSDOT's Office of Equal Opportunity (OEO) web site must include the specific project for which approval is being requested. For purposes of the UDBE COA Goal participation, the Regular Dealer must submit the Regular Dealer Status Request form a minimum of five days prior to bid opening. Purchase of materials or supplies from a DBE which is neither a manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, can count as DBE participation provided the fees are not excessive as compared with fees customarily allowed for similar services. Documentation will be required to support the fee/commission charged by the DBE. The cost of the materials and supplies themselves cannot be counted toward as DBE participation. Note: Requests to be listed as a Regular Dealer will only be processed if the requesting firm is a material supplier certified by the Office of Minority and Women's Business Enterprises in a NAICS code that falls within the 42XXXX NAICS Wholesale code section. Underutilized Disadvantaged Business Enterprise Utilization The requirements of this section apply to projects with a UDBE COA Goal. To be eligible for award of the Contract, the Bidder shall properly complete and submit an Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification with the Bidder's sealed Bid Proposal, as specified in Section 1-02.9 Delivery of Proposal. The Bidder's UDBE Utilization Certification must clearly demonstrate how the Bidder intends to meet the UDBE COA Goal. A UDBE Utilization Certification (WSDOT Form 272-056U) is included in the Proposal package for this purpose as well as instructions on how to properly fill out the form. The Bidder is advised that the items listed below when listed in the Utilization Certification must have their amounts reduced to the percentages shown and those reduced amounts will be the amount applied towards meeting the UDBE COA Goal. • Force account at 50% • Regular dealer at 60% In the event of arithmetic errors in completing the UDBE Utilization Certification, the amount listed to be applied towards the UDBE COA Goal for each UDBE shall govern and the UDBE total amount shall be adjusted accordingly. Note: The Contracting Agency shall consider as non-responsive and shall reject any Bid Proposal submitted that does not contain a UDBE Utilization Certification Form that accurately demonstrates how the Bidder intends to meet the UDBE COA Goal. Underutilized Disadvantaged Business Enterprise Written Confirmation Document(s) The requirements of this section apply to projects with a UDBE COA Goal. The Bidder shall submit an Underutilized Disadvantaged Business Enterprise (UDBE) Written CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-37 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Confirmation Document (completed and signed by the UDBE) for each UDBE firm listed in the Bidder's completed UDBE Utilization Certification submitted with the Bid. Failure to do so will result in the associated participation being disallowed, which may cause the Bid to be determined to be nonresponsive resulting in Bid rejection. The Confirmation Documents provide confirmation from the UDBEs that they are participating in the Contract as provided in the Bidder's Commitment. The Confirmation Documents must be consistent with the Utilization Certification. A UDBE Written Confirmation Document (form No. 422-031 U) is included in the Proposal package for this purpose. The form(s) shall be received as specified in the special provisions for Section 1-02.9 Delivery of Proposal. It is prohibited for the Bidder to require a UDBE to submit a Written Confirmation Document with any part of the form left blank. Should the Contracting Agency determine that an incomplete Written Confirmation Document was signed by a UDBE, the validity of the document comes into question. The associated UDBE participation may not receive credit. Selection of Successful Bidder/Good Faith Efforts (GFE) The requirements of this section apply to projects with a UDBE COA Goal. The successful Bidder shall be selected on the basis of having submitted the lowest responsive Bid, which demonstrates a good faith effort to achieve the UDBE COA Goal. The Contracting Agency, at any time during the selection process, may request a breakdown of the bid items and amounts that are counted towards the overall contract goal for any of the UDBEs listed on the UDBE Utilization Certification. Achieving the UDBE COA Goal may be accomplished in one of two ways: 1. By rni etjng the UDBE COA Goal Submission of the UDBE Utilization Certification, supporting UDBE Written Confirmation Document(s) showing the Bidder has obtained enough UDBE participation to meet or exceed the UDBE COA Goal, the UDBE Bid Item Breakdown and the UDBE Trucking Credit Form, if applicable. 2. By documentation that the Bidder made adequate GFE to meet the UDBE COA Goal The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder's efforts to solicit sufficient UDBE participation have been unsuccessful. The Bidder must supply GFE documentation in addition to the UDBE Utilization Certification, supporting UDBE Written Confirmation Document(s), the UDBE Bid Item Breakdown form and the UDBE Trucking Credit Form, if applicable. Note: In the case where a Bidder is awarded the contract based on demonstrating adequate GFE, the advertised UDBE COA Goal will not be reduced. The Bidder shall demonstrate a GFE during the life of the Contract to attain the advertised UDBE COA Goal. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-38 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 GFE documentation shall be submitted as specified in Section 1-02.9. The Contracting Agency will review the GFE documentation and will determine if the Bidder made an adequate good faith effort. Good Faith Effort(GFE) Documentation GFE is evaluated when: 1. Determining award of a Contract that has COA goal, 2. When a COA UDBE is terminated and substitution is required, and 3. Prior to Physical Completion when determining whether the Contractor has satisfied its UDBE commitments. 49 CFR Part 26, Appendix A is intended as general guidance and does not, in itself, demonstrate adequate good faith efforts. The following is a list of types of actions, which would be considered as part of the Bidder's GFE to achieve UDBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. 1. Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising and/or written notices) the interest of all certified UDBEs who have the capability to perform the Work of the Contract. The Bidder must solicit this interest within sufficient time to allow the UDBEs to respond to the solicitation. The Bidder must determine with certainty if the UDBEs are interested by taking appropriate steps to follow up initial solicitations. 2. Selecting portions of the Work to be performed by UDBEs in order to increase the likelihood that the UDBE COA Goal will be achieved. This includes, where appropriate, breaking out contract Work items into economically feasible units to facilitate UDBE participation, even when the Contractor might otherwise prefer to perform these Work items with its own forces. 3. Providing interested UDBEs with adequate information about the Plans, Specifications, and requirements of the Contract in a timely manner to assist them in responding to a solicitation. a. Negotiating in good faith with interested UDBEs. It is the Bidder's responsibility to make a portion of the Work available to UDBE subcontractors and suppliers and to select those portions of the Work or material needs consistent with the available UDBE subcontractors and suppliers, so as to facilitate UDBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of UDBEs that were considered; a description of the information provided regarding the Plans and Specifications for the Work selected for subcontracting; and evidence as to why additional agreements could not be reached for UDBEs to perform the Work. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-39 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 b. A Bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as the UDBE COA Goal into consideration. However, the fact that there may be some additional costs involved in finding and using UDBEs is not in itself sufficient reason for a Bidder's failure to meet the UDBE COA Goal, as long as such costs are reasonable. Also, the ability or desire of a Bidder to perform the Work of a Contract with its own organization does not relieve the Bidder of the responsibility to make Good Faith Efforts. Bidders are not, however, required to accept higher quotes from UDBEs if the price difference is excessive or unreasonable. 4. Not rejecting UDBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Contractor's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the Bidder's efforts to meet the UDBE COA Goal. 5. Making efforts to assist interested UDBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or Bidder. 6. Making efforts to assist interested UDBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. 7. Effectively using the services of available minority/women community organizations; minority/women contractors' groups; local, State, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of UDBEs. 8. Documentation of GFE must include copies of each UDBE and non-DBE subcontractor quotes submitted to the Bidder when a non-DBE subcontractor is selected over a UDBE for Work on the Contract. (ref. updated DBE regulations — 26.53(b)(2)(vi) &App. A) Administrative Reconsideration of GFE Documentation A Bidder has the right to request reconsideration if the GFE documentation submitted with their Bid was determined to be inadequate. • The Bidder must request within 48 hours of notification of being nonresponsive or forfeit the right to reconsideration. • The reconsideration decision on the adequacy of the Bidder's GFE documentation shall be made by an official who did not take part in the original determination. Only original GFE documentation submitted as a supplement to the Bid shall be considered. The Bidder shall not introduce new documentation at the reconsideration hearing. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-40 PROJECT#215 CFW SPECIAL PROVISIONS VER 2020.06 • The Bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the Bidder's position as to why the GFE documentation demonstrates a sufficient effort. • The reconsideration official shall provide the Bidder with a written decision on reconsideration within five working days of the hearing explaining the basis for their finding. UDBE Bid Item Breakdown The Bidder shall submit a UDBE Bid Item Breakdown Form (WSDOT Form 272-054) as specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. UDBE Trucking Credit Form The Bidder shall submit a UDBE Trucking Credit Form (WSDOT Form 272-058), as specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. Note: The UDBE Trucking Credit Form is only required for a UDBE Firm listed on the UDBE Utilization Certification as a subcontractor for "Trucking" or "Hauling" and are performing a part of a bid item. For example, if the item of Work is Structure Excavation including Haul, and another firm is doing the excavation and the UDBE Trucking firm is doing the haul, the form is required. For a UDBE subcontractor that is responsible for an entire item of work that may require some use of trucks, the form is not required. Procedures between Award and Execution After Award and prior to Execution, the Contractor shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder's Proposal bond or deposit. 1. A list of all firms who submitted a bid or quote in attempt to participate in this project whether they were successful or not. Include the business name and mailing address. Note: The firms identified by the Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three-years. Procedures after Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a DBE that is determined to be performing a CUF. Payment must be commensurate with the work actually performed by the DBE. This applies to all DBEs performing Work on a project, whether or not the DBEs are COA, if the Contractor wants to receive credit for their participation. The Engineer will conduct CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its contract by actually performing, managing, and supervising the Work involved. The DBE must be responsible for negotiating price; determining quality and quantity; ordering the material, installing (where applicable); and paying for the material CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-41 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 itself. If a DBE does not perform "all" of these functions on a furnish-and-install contract, it has not performed a CUF and the cost of materials cannot be counted toward UDBE COA Goal. Leasing of equipment from a leasing company is allowed. However, leasing/purchasing equipment from the Contractor is not allowed. Lease agreements shall be provided prior to the Subcontractor beginning Work. Any use of the Contractor's equipment by a DBE may not be credited as countable participation. The DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which the funds are passed in order to obtain the appearance of DBE participation. In order for a DBE traffic control company to be considered to be performing a CUF, the DBE must be in control of its work inclusive of supervision. The DBE shall employ a Traffic Control Supervisor who is directly involved in the management and supervision of the traffic control employees and services. The following are some of the factors that the Engineer will use in determining whether a DBE trucking company is performing a CUF: • The DBE shall be responsible for the management and supervision of the entire trucking operation for which it is responsible on the contract. The owner demonstrates business related knowledge, shows up on site and is determined to be actively running the business. The DBE shall own and operate at least one fully licensed, insured, and operational truck used on the Contract. The drivers of the trucks owned and leased by the DBE must be exclusively employed by the DBE and reflected on the DBE's payroll. Lease agreements for trucks shall indicate that the DBE has exclusive use of and control over the truck(s). This does not preclude the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE absolute priority for use of the leased truck. Leased trucks shall display the name and identification number of the DBE. UDBE/DBE/FSBE Truck Unit Listing Log In addition to the subcontracting requirements of Section 1-08.1, each DBE trucking firm shall submit supplemental information consisting of a completed Primary UDBE/DBE/FSBE Truck Unit Listing Log (WSDOT Form 350-077), copy of vehicle registrations, and all Rental/Lease agreements (if applicable). The supplemental information shall be submitted to the Engineer prior to any trucking services being performed for DBE credit. Incomplete or incorrect supplemental information will be returned for correction. The corrected Primary UDBE/DBE/FSBE Truck Unit Listing Log and any Updated Primary UDBE/DBE/FSBE Truck Unit Listing Logs shall be submitted and accepted by the Engineer no later than ten calendar days of utilizing applicable trucks. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-42 PROJECT#215 CFW SPECIAL PROVISIONS VER 2020.06 Failure to submit or update the DBE Truck Unit Listing Log may result in trucks not being credited as DBE participation. Each DBE trucking firm shall complete a Daily UDBE/DBE/FSBE Trucking Unit Listing Log for each day that the DBE performs trucking services for DBE credit. The Daily UDBE/DBE/FSBE Trucking Unit Listing Log forms shall be submitted to the Engineer by Friday of the week after the work was performed. Joint Checking A joint check is a check between a Subcontractor and the Contractor to the supplier of materials/supplies. The check is issued by the Contractor as payer to the Subcontractor and the material supplier jointly for items to be incorporated into the project. The DBE must release the check to the supplier, while the Contractor acts solely as the guarantor. A joint check agreement must be approved by the Engineer and requested by the DBE involved using the DBE Joint Check Request Form (form # 272-053) prior to its use. The form must accompany the DBE Joint Check Agreement between the parties involved, including the conditions of the arrangement and expected use of the joint checks. The approval to use joint checks and the use will be closely monitored by the Engineer. To receive DBE credit for performing a CUF with respect to obtaining materials and supplies, a DBE must "be responsible for negotiating price, determining quality and quantity, ordering the material, installing and paying for the material itself." The Contractor shall submit DBE Joint Check Request Form for the Engineer approval prior to using a joint check. Material costs paid by the Contractor directly to the material supplier are not allowed. If proper procedures are not followed or the Engineer determines that the arrangement results in lack of independence for the DBE involved, no DBE credit will be given for the DBE's participation as it relates to the material cost. Prompt Payment Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. Prompt payment requirements apply to progress payments as well as return of retainage. Subcontracts Prior to a DBE performing Work on the Contract, an executed subcontract between the DBE and the Contractor shall be submitted to the Engineer. The executed subcontracts shall be submitted by email to the following email address NWRegionOEO@wsdot.wa.gov The prime contractor shall notify the Engineer in writing within five calendar days of contract submittal. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-43 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Reporting The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to perform work on the project, shall maintain appropriate records that will enable the Engineer to verify DBE participation throughout the life of the project. Refer to Section 1-08.1 for additional reporting requirements associated with this contract. Changes in COA Work Committed to UDBE The Contractor shall utilize the COA UDBEs to perform the work and supply the materials for which each is committed unless approved by the Engineer. The Contractor shall not be entitled to any payment for work or material completed by the Contractor or subcontractors that was committed to be completed by the COA UDBEs. Owner Initiated Changes Where the Engineer makes changes that result in changes to Work that was committed to a COA UDBE. The Contractor may be directed to substitute for the Work in such instances. Contractor Initiated Changes The Contractor cannot reduce the amount of work committed to a COA UDBE without good cause. Reducing UDBE Commitment is viewed as partial UDBE termination, and therefore subject to the termination procedures below. Original Quantity Underruns In the event that Work committed to a UDBE firm as part of the COA underruns the original planned quantities the Contractor may be required to substitute other remaining Work to another UDBE. Contractor Proposed DBE Substitutions Requests to substitute a COA UDBE must be for good cause (see UDBE termination process below), and requires prior written approval of the Engineer. After receiving a termination with good cause approval, the Contractor may only replace a UDBE with another certified UDBE. When any changes between Contract Award and Execution result in a substitution of COA UDBE, the substitute UDBE shall be certified prior to the bid opening on the Contract. UDBE Termination Termination of a COA UDBE (or an approved substitute UDBE) is only allowed in whole or in part with prior written approval of the Engineer. If the Contractor terminates a COA UDBE without the written approval of the Engineer, the Contractor shall not be entitled to credit towards the UDBE COA Goal for any payment for work or material performed/supplied by the COA UDBE. In addition, sanctions may apply as described elsewhere in this specification. The Contractor must have good cause to terminate a COA UDBE. Good cause typically includes situations where the UDBE Subcontractor is unable or unwilling to perform the work of its subcontract. Good cause may exist if: CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-44 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 The UDBE fails or refuses to execute a written contract. • The UDBE fails or refuses to perform the Work of its subcontract in a way consistent with normal industry standards. The UDBE fails or refuses to meet the Contractor's reasonable nondiscriminatory bond requirements. • The UDBE becomes bankrupt, insolvent, or exhibits credit unworthiness. • The UDBE is ineligible to work on public works projects because of suspension and debarment proceedings pursuant to federal law or applicable State law. • The UDBE voluntarily withdraws from the project, and provides written notice of its withdrawal. The UDBE's work is deemed unsatisfactory by the Engineer and not in compliance with the Contract. • The UDBE's owner dies or becomes disabled with the result that the UDBE is unable to complete its Work on the Contract. Good cause does not exist if: The Contractor seeks to terminate a COA UDBE so that the Contractor can self-perform the Work. • The Contractor seeks to terminate a COA UDBE so the Contractor can substitute another DBE contractor or non-DBE contractor after Contract Award. • The failure or refusal of the COA UDBE to perform its Work on the subcontract results from the bad faith or discriminatory action of the Contractor (e.g., the failure of the Contractor to make timely payments or the unnecessary placing of obstacles in the path of the UDBE's Work). Prior to requesting termination, the Contractor shall give notice in writing to the UDBE with a copy to the Engineer of its intent to request to terminate UDBE Work and the reasons for doing so. The UDBE shall have five (5) days to respond to the Contractor's notice. The UDBE's response shall either support the termination or advise the Engineer and the Contractor of the reasons it objects to the termination of its subcontract. When a COA UDBE is terminated, or fails to complete its work on the Contract for any reason, the Contractor shall substitute with another UDBE or provide documentation of GFE. A plan to achieve the COA UDBE Commitment shall be submitted to the Engineer within 2 days of the approval of termination or the Contract shall be suspended until such time the substitution plan is submitted. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-45 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 Decertification When a DBE is "decertified" from the DBE program during the course of the Contract, the participation of that DBE shall continue to count as DBE participation as long as the subcontract with the DBE was executed prior to the decertification notice. The Contractor is obligated to substitute when a DBE does not have an executed subcontract agreement at the time of decertification. Consequences of Non-Compliance Breach of Contract Each contract with a Contractor (and each subcontract the Contractor signs with a Subcontractor) must include the following assurance clause: The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the Contractor from future bidding as non-responsible. Notice If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service provider is deemed to be in non-compliance, the Contractor will be informed in writing, by certified mail by the Engineer that sanctions will be imposed for failure to meet the UDBE COA Commitment and/or submit documentation of good faith efforts. The notice will state the specific sanctions to be imposed which may include impacting a Contractor or other entity's ability to participate in future contracts. Sanctions If it is determined that the Contractor's failure to meet all or part of the UDBE COA Commitment is due to the Contractor's inadequate good faith efforts throughout the life of the Contract, including failure to submit timely, required Good Faith Efforts information and documentation, the Contractor may be required to pay DBE penalty equal to the amount of the unmet Commitment, in addition to the sanctions outlined in Section 1- 07.11(5). Payment Compensation for all costs involved with complying with the conditions of this Specification and any other associated DBE requirements is included in payment for the associated Contract items of Work, except otherwise provided in the Specifications. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-46 PROJECT#215 CFW SPECIAL PROVISIONS VER.2020.06 1-07.12 Federal Agency Inspection (January 25, 2016 WSDOT GSP) Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this Contract require that the Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to the Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13 4 Repair of Dada e (August 6, 2001 WSDOT GSP) Section 1-07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 'l-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1-07.16 Protection and Restoration of Property 1-07.16(2) Vegetation Protection and Restoration (August 2, 2010 WSDOT GSP) Section 1-07.16(2) is supplemented with the following: Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of 1 foot radius for each inch of trunk diameter at breast height. Vegetation and soil protection zones for shrubs shall extend out from the stems at ground level to twice the radius of the shrub. Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass the diameter of the plant as measured from the outer edge of the plant. 1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP, OPTION 1) Section 1-07.17 is supplemented with the following: CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-47 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. UTILITY CONTACTS Puget Sound Energy Century Link Attn: Jason Airey Attn: Tanaiya Anderson 3130 S 38t" St 23315 66th Ave S Tacoma, WA 98409 Kent, WA 98032 Telephone: (206) 348-9637 Telephone: (253) 313-8961 Lakehaven Water & Sewer District Comcast Attn: Andrew Weygandt Attn: Aaron Cantrell 31627 1st Avenue S 4020 Auburn Way North Federal Way, WA 98003 Auburn, WA 98002 Telephone: (253) 945-1624 Telephone: (253) 864-4281 King County Traffic Operations AT&T Attn: Mark Parrett Attn: Daniel McGeough 155 Monroe Ave NE 11241 Willows Rd NE, #130 Renton, WA 98056 Redmond, WA 98052 Telephone: (206) 296-8153 Telephone: (425) 896-9830 Zayo City of FW IT Dept (City Fiber) Attn: Jason Tesdal Attn: Thomas Fichtner 4905 Pacific Hwy E, Suite 4 33325 8th Ave S Fife, WA 98424 Federal Way, WA 98003 Telephone: (253) 221-7585 Telephone: (253) 835-2547 ADDITIONAL CONTACTS King County METRO Transit South King Fire & Rescue 81270 6th Ave S, Bldg 2 31617 1 st Ave S Seattle, WA 98134 Federal Way, WA 98003 Telephone: (206) 684-2785 Telephone: (253) 946-7253 City of Federal Way Police Federal Way School District 33325 8th Ave S Attn: Transportation Department Federal Way, WA 98003 1211 S. 332nd St Telephone: (253) 835-6701 Federal Way, WA 98003 (for officer traffic control scheduling) Telephone: (253) 945-5960 Telephone: (253) 835-6767 (for traffic/ road closure issues) 1-07.18 Public Liability and Prope!:ty Damage Insurance Delete this section in its entirety, and replace it with the following: CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-48 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 1-07.18 Insurance (January 4, 2016 APWA GSP) 1-07.180) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims- made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT SP-49 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 1-07.18 2 Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: ■ The Contracting Agency and its officers, elected officials, employees, agents, and volunteers. ■ The consultant that completed the preparation of the engineering design and project plans, and its officers, employees, agents, and subconsultants. • Consultants hired by the Contracting Agency for design, construction support, or materials testing. The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(31 Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1_-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-50 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements— actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18 5 Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal &Advertising Injury each offense $1,000,000 Stop Gap / Employers' Liability each Accident CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-51 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18 5 C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18(5)0 Excess or Umbrella Liability (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance. All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1-07.18 5 J Pollution Liabilit (January 4, 2016 APWA GSP) The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following: 1. Contractor's operations related to this project. 2. Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. Such Pollution Liability policy shall provide the following minimum limits: $1,000,000 each loss and annual aggregate 1-07.23 Public Convenience and Safety 1-07.23(_1] Construction under Traffic (February 3, 2020 WSDOT GSP, OPTION 2) CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-52 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Section 1-07.23(1) is supplemented with the following: Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows. Regulatory Distance From Posted Speed Traveled Way (Feet) 35 mph or less 10 40 mph 15 45 to 50 mph 20 55 to 60 mph 30 60 mph or greater 35 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 (eastbound or westbound) may be closed to traffic between the hours of 7:OOAM and 3:30PM with the exception of days when HMA pavement overlay occurs. Approval to close both one northbound and one southbound lane at the same time on non-excepted days will require prior approval by the Project Engineer. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-53 PROJECT#215 CFW SPECIAL PROVISIONS VER 2020 06 • On days when HMA Pavement overlay occur, lanes will be allowed to be reduced to one lane in each between the hours of 7:OOAM and 5:30 PM. • Left turns may be restricted (by the Contractor) within the project limits at the discretion of the Project Engineer. • Closure of one lane at a time may occur between the hours of 7AM to 7PM. Any closures between 7PM to 7AM require prior approval by the City • If a lane closure is required, at least one lane of traffic (alternating directions /fagger controlled) shall be maintained at all times. • Unless otherwise approved or shown on plans, the Contractor shall maintain two-way traffic during construction. The Contractor shall maintain continuous two-way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two-way traffic to allow one-way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A momentary interruption shall be defined as a period of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. • Working at night (8pm to 7am weekdays, 8 pm-9am 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 approved night work, the Contractor shall, at no additional cost to the City, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150-watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from or shielded from residences and oncoming traffic. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. • The Contractor shall keep all pedestrian routes & access points (including, but not limited to, sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan. An ADA accessible route must be provided through the project site at all times. • Pedestrians must have access to pedestrian push buttons at all times. • The Contractor shall provide flaggers, signs, and other traffic control devices. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-54 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. • All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs, if placed earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists • The Contractor shall be responsible for notifying all affected property owners and tenants prior to commencing the barricading of streets, alleys, sidewalks and driveways. Notifications should be at least 48 hours in advance of closures, if possible. • The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. • Lane closures shall not impact business accesses. All business accesses will remain open during business hours. • Lane closures shall not restrict vehicular access for buses through the project site. Bus stops shall remain ADA accessible to pedestrians at all times throughout the project If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and 4. Before 7:00 AM on the day after the holiday or holiday weekend. 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 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-55 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Southern boundary: S 324th Street Eastern boundary: Interstate 5 Western boundary: 14th Ave S (future extension) /west of 320th Public Library/ 11th PI S 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-56 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer, and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.0 2 Hours of Work (December 8, 2014 APWA GSP) Add the following new section: Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-57 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 submitted for review no later than noon two working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non-working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.1 Subcontracting (December 19, 2019 APWA GSP, OPTION A) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-aid Projects (Form 420-004). The Contractor shall submit to the Engineer a completed Monthly Retainage Report (WSDOT Form 272-065) within 15 calendar days after receipt of every monthly progress payment until every Subcontractor and lower tier Subcontractor's retainage has been released. The ninth paragraph, beginning with "On all projects, ..." is revised to read: CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-58 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 The Contractor shall certify to the actual amount received from the Contracting Agency and amounts paid to all firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This includes all Disadvantaged, Minority, Small, Veteran or Women's Business Enterprise firms. This Certification shall be submitted to the Engineer on a monthly basis each month between Execution of the Contract and Physical Completion of the Contract using the application available at: https://wsdot.diversitycompliance.com. A monthly report shall be submitted for every month between Execution of the Contract and Physical Completion regardless of whether payments were made orwork occurred. LMay 30, 2019 APWA GSP. OPTION B Delete the ninth paragraph, beginning with "On all projects, the Contractor shall certify... 1-08.3 Progress Schedule 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the Dreconstruction conference. or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1_-08.5 Time for Completion (November 30, 2018 APWA GSP, OPTION A) CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-59 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifthday of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day- Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). 9 Property owner releases per Section 1-07.24 CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT SP-60 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 (March 13, 1995 WSDOT GSP, OPTION 7) Section 1-08.5 is supplemented with the following: This project shall be physically complete within 65 working days- 1-08.9 Liquidated Damages (December 2, 2019 WSDOT GSP, OPTION 3) Section 1-08.9 is revised to read: Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Accordingly, the Contractor agrees: 1. To pay liquidated damages in the amount of$1,350.00 for each working day beyond the-number of working days established for Physical Completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. When the Contract Work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, all the initial plantings are completed and only minor incidental Work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains to physically complete the total Contract, the Engineer may determine the Contract Work is substantially complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the 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: 4. Test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Reporting shall utilize VVSDOT form 422-027. Scaleman's Daily Report, unless the printed ticket contains the saine information that is on the Scaleman's Daily Report Form The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-61 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks — At the Engineer's discretion. the Engineer maV perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (April 30, 2020 WSDOT GSP, OPTION 2) Section 1-09.9 is supplemented with the following: The Contractor shall sign electronically using the software provided by the Contracting Agency and return the Final Contract Voucher Certification (FCVC) as indicated in this section. Within 21 days of execution, the Contractor shall submit a Type 1 Working Drawing designating who will sign the FCVC, including their full name, email address, and text-message capable phone number. The designee shall be an authorized signer in accordance with Section 1-02.1 (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. CITY OF FEDERAL WAY SW 356TM STREET PRESERVATION PROJECT SP-62 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form —the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09,9(1) Retaina e (June 27, 2011 WSDOT GSP, OPTION 1) Section 1-09.9(1) content and title is deleted and replaced with the following: Vacant 1-09.11 Disl2utes and Claims (September 3, 2019 WSDOT GSP) Sections 1-09.11 through-1-09.11(1)B are replaced with the following: Disputes and Claims When protests occur during a Contract, the Contractor shall pursue resolution through the Engineer in accordance with Section 1-04.5. Unless noted otherwise in the specifications, compliance with all the requirements of Section 1-04.5 is a condition precedent to initiating any action pursuant to these Special Provisions. If the negotiations using the procedures outlined in Section 1-04.5 fail to provide satisfactory resolution of the protest, then the Contractor shall provide the Engineer with written notification of dispute stating that the Contractor will continue to pursue the dispute in accordance with the provisions of these Special Provisions. The written notification of dispute shall be provided within 14 calendar days after receipt of the Engineer's written determination that the Contractor's protest is invalid pursuant to Section 1-04.5. Should the Contractor not provide written notification of dispute within CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-63 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 the designated time period, the Contractor shall be deemed to have waived any right to pursue the protest further and the matter shall be considered resolved. When the Proposal Form includes the Bid item "Disputes Review Board", unresolved protests shall be subject to the Disputes Review Board subsection of this Special Provision. Either party, Engineer or Contractor, may refer a matter in dispute to the Disputes Review Board. Compliance with the requirements of the Disputes Review Board subsection of this Special Provision is a condition precedent to any further right of the Contractor to pursue the dispute either by certified claim or litigation/arbitration. When the Proposal Form does not include the Bid item "Disputes Review Board", the Contractor's written notification of dispute shall indicate whether the Contractor is requesting to resolve the dispute through the use of a Disputes Review Board as outlined in the Disputes Review Board section of this Special Provision, or will submit a formal certified claim directly to the Engineer pursuant to Section 1-09.11(2). If the Contractor requests a Disputes Review Board, the Engineer will notify the Contractor in writing within 7 calendar days of receipt of the request whether the request is acceptable. If both parties to the dispute agree to use a Disputes Review Board, then a pay item "Disputes Review Board" will be added to the Contract by change order and the dispute will be subject to the provisions of the Disputes Review Board subsection of this Special Provision. If the parties do not agree to establish a Disputes Review Board or the Contractor does not request a Disputes Review Board in its written notification of dispute, the Contractor shall comply with the provisions of Section 1-09.11(2). Regardless of any protest or dispute, the Contractor shall proceed promptly with the Work as the Engineer orders. Disputes Review Board The procedures set forth in these Special Provisions shall only apply when the Contract includes the pay item "Disputes Review Board". Disputes Review Board— General In order to assist in the resolution of dispute(s) between the Contracting Agency and the Contractor arising out of the work of this Contract, a Disputes Review Board, hereinafter called the "Board", will consider disputes referred to it and furnish written recommendations to the Contracting Agency and Contractor to assist in resolution of the dispute(s). The purpose of the Board response to such issues is to provide nonbinding findings and recommendations designed to expose the disputing parties to an independent view of the dispute. Disputes Eligible for Consideration by the Disputes Review Board The Board shall consider and provide written recommendations concerning the following disputes: 1. Interpretation of the Contract. 2. Entitlement to additional compensation and/or time for completion. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-64 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 3. Other subjects mutually agreed by the Contracting Agency and Contractor to be a Board issue. Board Member Qualifications The following definitions apply for the purpose of setting forth experience and disclosure requirements for Board members. Financial ties - any ownership interest, loans, receivables or payables. Party directly involved -The Contracting Agency or Contractor of this Contract. Party indirectly involved - The firms associated with the Contractor on this Contract, including joint venture partners, subcontractors of any tier, and suppliers; and firms associated with the Contractor or the Contracting Agency on this Contract, such as designers, architects, engineers, or other professional service firms or consultants. The Board members shall 1. Be experienced in the interpretation of construction contract documents. 2. Have attended training by the Dispute Resolution Board Foundation in dispute resolution within the last five years. 3. Be experienced in construction Contract dispute resolution for an owner or Contractor at the level of having responsibility and authority to settle disputes. 4. Be able to discharge their responsibilities impartially and independently, considering the facts and conditions related to the matters under consideration in strict compliance with the provisions of the Contract. 5. Not be a current employee of any party directly or indirectly involved. 6. Not have been an employee of any party directly or indirectly involved with the Project within a period of one year of the Contract Execution date. 7. Not have a financial interest in the Contract except for payments for services on the Board. Board Member Ongoing Responsibilities While serving on the Disputes Review Board on this project: CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-65 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 1. Board members shall not participate in any discussion contemplating the creation of an agreement or making an agreement with any party directly or indirectly involved in the Contract regarding employment or fee-based consulting services, or any other business arrangement after the Contract is completed. 2. Board members shall not officially give any advice to either party. The individual members will act in a completely independent manner and will have no consulting or business connections with either party, except for payments for services on the Board. 3. During routine meetings of the Board as well as during formal hearings, Board members shall refrain from expressing opinions on the merits of statements on matters under dispute or potential dispute. Opinions of Board members expressed in private sessions with other Board members should be kept strictly confidential. 4. The Board shall comply with the terms of the Contract and enforce such terms consistent with the laws of the State of Washington. Board members shall not supplant or otherwise interfere with the respective rights, authorities, duties and obligations of the parties as defined in the Contract. In making its recommendations, the Board shall not make a recommendation that ignores, disregards, or undermines the intention, requirements, or allocation of risk, established by the Contract. 5. Throughout the life of the Contract, if Board members become aware of potential conflicts of interest, they shall be disclosed to the parties immediately. Establishment of the Board The Contracting Agency and Contractor shall meet prior to the start of Contract time to jointly select three Board nominees. If the pay item, "Disputes Review Board" is added by change order, the Contracting Agency and Contractor shall meet to select Board nominees after the change order is processed. The Contracting Agency and the Contractor shall provide to the Board nominees a list of the firms directly and indirectly involved with the Project, including, but not limited to designers, architects, engineers, professional service firms, consultants, JV partners, subcontractors and suppliers, along with a listing of key personnel of each. Board nominees shall provide to the Contractor and Contracting Agency the following information within 21 calendar days of nomination. Board nominees that are included on the Washington State Department of CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-66 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Transportation "Statewide Prequalified DRB Candidate Roster" will not be 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 other Board members and the approximate number of disputes heard. When previous Board experience is extensive, the list may be truncated at the prospective Board member's discretion. 2. Disclosure statement addressing the following: a. Previous or current direct employment by one of the parties directly or indirectly involved. b. Previous or current engagement as a consultant to any party directly or indirectly involved - by the prospective Board member or by the firm to which the prospective Board member is directly employed. c. Previous, current, or future financial ties to any of the parties directly or indirectly involved. d. Previous or current personal or professional relationships with a key member of any party directly or indirectly involved. e. Previous and current service as a Board member on projects where any of the parties directly or indirectly involved in this Contract were also involved. f. Any prior involvement in this project. Within 14 calendar days of receiving the resumes and disclosure statements from the Board nominees, the Contracting Agency and the Contractor shall review and jointly agree on the final selection of the three members to serve on the Board. In the event that any of the three nominees are not acceptable to either party, the process shall be repeated until all positions are filled. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-67 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 The Contracting Agency, the Contractor, and the Board shall execute the Three-Party Agreement not later than the first Board meeting. The Three- Party Agreement form (WSDOT Form 134-091) is available online at WSDOT Electronic Forms webpage. The Board shall determine and notify the parties which Board member will act as the Board chair. Disputes Review Board Candidates The qualifications of some potential Board members have been reviewed and deemed potentially acceptable by the Washington State Department of Transportation (WSDOT). This list of potential Board members, Statewide Prequalified DRB Candidate Roster, is available from the WSDOT Headquarters Construction Office website at https://www.wsdot.wa.gov/business/construction/dispute-review- boards. Either party may propose a Board nominee that is not on the WSDOT list. In either case, Board nominees must comply with the requirements of the Board Member Qualifications, Board Member Ongoing Responsibilities, and Establishment of the Board subsection of this Special Provision, and every Board member must be deemed acceptable by both the Contracting Agency and the Contractor. Replacement or Termination of a Board Member Procedures for terminating Board members are defined in The Three-Party Agreement. Disputes Review Board Procedures— General The Board, Contracting Agency, and Contractor may mutually develop rules of operation of the Board that supplement the Three-Party Agreement. Such supplemental rules must be in writing and accepted by the Board, Contracting Agency, and Contractor. 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 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-68 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 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 submittals/rebuttals, and a date, time, and location for convening the Board for a hearing. Pre-Hearing Submittal 1. The Contracting Agency and the Contractor shall each prepare a pre-hearing submittal and transmit both a hard copy and an electronic copy of it to all three members of the Board and the other party. The pre-hearing submittal, comprising a position paper with such backup data as is referenced in the position paper, shall be tabbed, indexed, and the pages consecutively numbered. 2. Both position papers shall, at a minimum, contain the following: a. A mutually agreed upon joint statement of the dispute and the scope of the desired report being requested of the Board, placed at the beginning of the papers. The language of this joint statement shall summarize in a few sentences the nature of the dispute. If the parties are unable to agree on the wording of the joint statement of dispute, each party's position paper shall contain both statements, and identify the party authoring each statement. b. The basis and justification for the party's position, with reference to Contract language and other supporting documents for each element of the dispute. In order to minimize duplication and repetitiveness, the parties may identify a common set of documents that will be referred to by both parties, and submit them in a separate package. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-69 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 3. If requested by the Board or either party, the Contracting Agency and the Contractor shall each prepare and submit a rebuttal paper in response the position paper of the other party. 4. The number of copies, distribution requirements, and time for submittal will be established by the Board and communicated to the parties by the Board chair. Disputes Review Board Hearing 1. The Contracting Agency will arrange for or provide hearing facilities at or near the project site. 2. Attendance- a- The Contracting Agency and the Contractor will have a representative at all hearings. b. The Contracting Agency and Contractor shall both limit attendance at the hearing to personnel directly involved in the dispute and participants in the good- faith negotiations that were conducted prior to submittal to the Board except as noted elsewhere in this section. c. At least 14 calendar days before the hearing, each party shall provide a list of proposed attendees to the Board and to the other party. In the event of any disagreement, the Board shall make the final determination as to who attends the hearing. d. Attorneys shall not attend hearings except as follows: 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 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-70 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 knowledge of the facts underlying the Subcontractor disputes. 3. A party furnishing written evidence or documentation of any kind to the Board must furnish copies of such information to the other party and the Board a minimum of 21 calendar days prior to the date the Board sets to convene the hearing for the dispute,'unless otherwise mutually agreed to by the parties and the Board. Either party shall produce such additional evidence as the Board may deem necessary and furnish copies to the other party prior to submittal to the Board. 4. The conduct of the hearing shall be established by the Board and be generally consistent with the following guidelines: a. The party who referred the dispute to the Board shall present first, followed by the other party. b. To assure each party a full and adequate opportunity to present their position, both parties shall be allowed successive rebuttals and to rebut the opposing party's position until, in the Board's opinion, all aspects of the dispute have been fully and fairly covered. c, The Board shall be fully prepared to, and may at any time, ask questions, request clarifications, or ask for additional data, documents, and/orjob records. d. Either party may request that the Board direct a question to, or request a clarification from the other party. The Board shall determine at what point in the proceedings such requests may be made and if they will be granted. In general, the Board will not allow one party to be questioned directly by the other party. e. In difficult or complex cases, additional hearings may be necessary to facilitate full consideration and understanding of the dispute. f. 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. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-71 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Its findings and recommendations, together with its reasons shall then be submitted as a written report to both parties. The recommendations shall be based on the pertinent Contract provisions, facts, and circumstances involved in the dispute. The Contract shall be interpreted and construed in accordance with the laws of the State of Washington. Failure to Prepare a Pre-Hearing Submittal or Attend a Hearing In the event that either party fails to deliver a pre-hearing submittal by the date established by the Board, the Board shall, at its discretion, determine whether the hearing shall proceed as originally scheduled, or allow additional time for the submittal and/or reschedule the hearing. On the final date and time established for the hearing, the Board shall proceed with the hearing utilizing the information that has been submitted. In the event that representatives of either the Contracting Agency or the Contractor fail to appear at the appointed time of a hearing, the Board shall postpone the hearing until such time as representatives from both parties are available to proceed with the hearing. Use of Outside Experts 1. By the Contracting Agency or the Contractor: a. A party intending to offer an outside expert's analysis at the hearing shall notify the other party and the Board in writing no less than 30 calendar days prior to the due date for delivering the pre-hearing submittal, and provide the following disclosure: i. The expert's name and a general statement of the area of the dispute that will be covered by his or her testimony. ii. A statement prepared by the proposed expert which addresses the requirements of the Establishment of the Board subsection of this Special Provision, item 2. iii. A statement prepared by the proposed expert which identifies the experience and training which qualifies them as an expert. b. Upon receipt of the disclosure, the other party shall have the opportunity to secure the services of an outside expert to address or respond to those issues that may be raised by the other party's outside expert. The notification and disclosure requirement shall be CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-72 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 the same as that specified elsewhere in this section, except the time requirement is 21 calendar days. 2. By the Board: a. When requested by the Board and subject to approval of the parties, outside experts may be needed to assist the Board. In such cases, the outside expert shall in no way be deemed authorized to usurp the Board's authority to issue the Board recommendations. Such authority shall remain vested solely in the Board. b. Prior to arranging for outside experts, the Board shall obtain prior approval from the Contracting Agency and the Contractor by providing: i. 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 they will provide. iv. A statement prepared by the proposed expert which addresses the requirements of the Establishment of the Board subsection of this Special Provision, item 2. v. A statement prepared by the proposed expert which identifies the experience and training which qualifies them as an expert. vi. A confidentiality statement, consistent with the confidentiality obligations of the Board described in the Three Party Agreement, executed by the proposed expert. Disputes Review Board Report The Board's recommendations shall be formalized in a written report signed by all Board members. The recommendations shall be based on the Contract Provisions and the facts and circumstances involved in the dispute. The report should include a description of the dispute, statements of each party's position, findings as to the facts of the dispute, discussion and rationale for the recommendation(s), and the recommendation(s). The report shall be submitted concurrently to the parties, as soon as possible after completion of the hearing as agreed by all parties. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-73 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Either party may request clarification of a report within 14 calendar days following receipt of the report. Within a reasonable period of time, the Board shall provide written clarification to both parties. Requests for clarification shall be submitted in writing simultaneously to the Board and the other party. Either party may request reconsideration of a report, provided: 1. The request is made within 14 calendar days following receipt of the report, and 2. New information is obtained or developed that was not known at the time of the hearing or, in the party's opinion, the Board misunderstood or failed to consider pertinent facts of the dispute. Requests for reconsideration shall be submitted in writing simultaneously to the Board and the other party. The Board shall give the party not requesting reconsideration the option of submitting a rebuttal to any information that is the basis of the request for reconsideration. The Board shall provide a written response to the request for reconsideration. Acceptance of Disputes Review Board Recommendations Within 30 calendar days of receiving the Board's report, or within 14 calendar days of receiving the Board's written clarification and/or reconsideration, both the Contracting Agency and the Contractor shall respond to the other in writing signifying that the dispute is either resolved or remains unresolved. Although both parties should place weight upon the Board recommendations, the recommendations are not binding. If the Board's assistance does not lead to resolution of the dispute, the Contractor must file a claim according to Section 1-09.11(2) before seeking any form of judicial relief. In the event the Board's recommendations do not lead to resolution of the dispute, the Board's recommendation consisting solely of the Board's written report and any written minority reports, along with the Board's written clarifications and written responses to requests for reconsideration, if any, will be admissible in any subsequent dispute resolution proceedings including, but not limited to litigation/arbitration. The aforementioned list of documentation shall be considered all inclusive. Payment for the Disputes Review Board The Contracting Agency and Contractor shall share equally in the cost of the Board's services and all operating expenses of the Board. The Board members' compensation shall be in accordance with the Three Party CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-74 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Agreement. After the Contractor and Contracting Agency review invoices from the Board and other operating expenses of the Board, the Contractor shall make full payment for all Board members and Board operating expenses. The Contracting Agency will reimburse the Contractor for fifty percent of such payments, under the pay item "Disputes Review Board". The Contractor and the Contracting Agency shall equally bear the cost of the services of the outside expert hired to advise the Board. Outside experts hired to advise the Board shall Contract directly with the Contractor after concurrence from the Board and approval from the Contracting Agency. Invoices for these services shall be submitted by the expert to both the Contractor and Contracting Agency for approval by both parties. The Contractor shall pay approved invoices in full, and the Contracting Agency will reimburse the Contractor for fifty percent of such payments, under the Bid item "Disputes Review Board". The cost for securing outside expert services for the Contracting Agency or the Contractor shall be borne by the party securing such services. The Contracting Agency will provide administrative services, such as conference facilities and copying services, to the Board and the Contracting Agency will bear the costs for these services. Indemnification of Disputes Review Board Members The Contracting Agency and Contractor shall indemnify and hold harmless the Board members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. 1-09.11 3 Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-75 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 1-09.13 Claim Resolution 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (November 30, 2018 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contractin Agency's headauailers is located. rovided that where Claims sub ect to arbitration are asserted against a county, RCVS! 36.01.050 shall control venue and jurisdiction Of the Superior COL0. 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 CONT„ROL 1-10.1 General 1-10.1 2 Description (April 12, 2018 CFW GSP) Section 1-10.1(2) is supplemented with the following: City of Federal Way Project Signs City of Federal Way Project signs shall be considered Construction Signs Class A. The Contractor shall provide two (2) project signs (4' x 8') per the detail available from the City. 1-1.0.2 Traffic Control Management '1-10.2(1) General (January 3, 2017 WSDOT GSP, OPTION 1) Section 1-10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-76 PROJECT#215 CFW SPECIAL PROVISIONS VER 2020.06 Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10 2(3) Conformance to Established Standards (February 3, 2020 WSDOT GSP, OPTION 1) 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 (PROWAG): https://www.access- board.gov/guidiines-and-standards/streets-sidewalks/public-rights-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 AASHTO 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 manufactured after December 31, 2019 shall be compliant with the 2016 edition of the Manual for Assessing Safety Hardware (MASH 16) crash test requirements, as determined by the Contracting Agency, except as follows: 1. In situations where a MASH 16 compliant traffic control device does not exist and there are no available traffic control devices that were manufactured on or before December 31, 2019, then a traffic control device manufactured after December 31, 2019 that is compliant with either NCHRP 350 or the 2009 edition of the Manual for Assessing Safety Hardware (MASH 09) is allowed for use with approval of the Engineer. 2. Temporary traffic control devices that were manufactured on or before December 31, 2019, and were successfully tested to National Cooperative Highway Research Program (NCHRP) Report 350 or MASH 09 may continue to be used on WSDOT projects throughout their normal service life. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-77 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 3. Small and lightweight channelizing and delineating devices, including cones, tubular markers, flexible delineator posts, and plastic drums, shall meet the requirements of either NCHRP 350, MASH 09, or MASH 16, as determined by the manufacturer of the device. 4. A determination of crashworthiness for acceptance of trailer-mounted devices such as arrow displays, temporary traffic signals, area lighting supports, and portable changeable message signs is currently not required. The condition of signs and traffic control devices shall be acceptable or marginal as defined in the book Quality Guidelines for Temporary Traffic Control Devices, and will be accepted based on a visual inspection by the Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. A sign or traffic control device determined to be unacceptable shall be removed from the project and replaced within 12 hours of notification. 1-10.3 Traffic Control Labor, Procedures and Devices (May 20, 2020 WSDOT GSP, OPTION 1) Section 1-10.3 is supplemented with the following: Contractor Provided Uniformed Police Officers The Contractor shall provide, direct, and monitor Uniformed Police Officers having jurisdiction to control traffic in accordance with the Plans. A uniformed police officer (UPO) is a sworn police officer from a local law enforcement agency or a Washington State Patrol officer. The UPO shall provide traffic control as shown The following contact information for potential service providers is supplied for the Contractor's convenience: Off-Duty Officer Resource List Federal Way Police Department (253) 835-6701 or (253) 835-6700 Saturday/Sunday Cancellations (253) 835-6851 King County Sheriff's Officers (206) 957-0935 ext 1 Washington State Patrol (WSP) Officers (425) 401-7788 Permission is required from the City of Federal Way Police Chief prior to King County Sheriff's or WSP officers working within the City. No other agencies or private companies are authorized to perform off-duty work within the City without project-specific approval from the Police Chief or his designee (Lynnette Allen, 253-835-6701). (June 12, 2020 CFW GSP) Section 1-10.3 is supplemented with the following: Off-duty uniformed police officer will be required when the signal system is in flashing mode or is not operational or when otherwise deemed necessary by the Project Engineer. The signal should only be switched into flash mode upon approval by the City. The type of work that requires a UPO at the intersection may include, but is not limited to: installation of signal poles, signal switchover, paving, striping, CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-78 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 excavation in the intersection. The Contractor shall minimize traffic impacts at intersections whenever possible. The Contractor shall minimize the limits of the work zone area at intersections in order to reduce the use of off-duty uniformed police officers whenever possible. If there are multiple lanes of traffic and the nature of the work allows, the Contractor shall keep as many lanes open as possible in order to maintain two- way traffic that is controlled by the signal. Intersection traffic may not be flagged. with an active signal in full operation. Flaggers may not be placed at the center of an intersection per WAC 468-95- 302. The only person allowed to legally control traffic from the center of an intersection is a uniformed police officer. 1-10.4 Measurement (August 2, 2004 WSDOT GSP, OPTION 1) Section 1-10.4(2) is supplemented with the following: The proposal does not contain the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10.4(2) shall apply. 1-10 4(2) Contractor Provided Uniformed Police Officer (May 20, 2020 WSDOT GSP, OPTION 6) Section 1-10.4(2) is supplemented with the following: "Contractor Provided Uniformed Police Officer" will be measured by the hour. (June 12, 2020 CFW GSP) Section 1-10.4(2) is supplemented with the following: The off-duty uniformed police officer hours, as stated in the proposal, are the City's estimate, without knowledge of the contractor's specific method of operation, and has been presented for the purpose of providing a common amount for all bidders. Hours measured for "Contractor Provided Uniformed Police Officer" will be for actual hours spent on site providing traffic control duties. Additional hours due to minimum hours billed by the Police Department, due to requiring fewer UPO hours than anticipated/scheduled, or due to cancellations (unless outside of the control of the Contractor) will be the responsibility of the Contractor. 1-10.5 Payrnent 1-10.5 21 Item Bids with Lump Sum for Incidentals Section 1-10.5(2) is supplemented with the following: (May 20, 2020 WSDOT GSP, OPTION 5) "Contractor Provided Uniformed Police Officer", per hour. The unit Contract price per hour for "Contractor Provided Uniformed Police Officer" shall be full pay for performing the Work as specified and as shown in the Plans, including all costs for arrangement for and supervision of a uniformed law CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-79 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 enforcement personnel and vehicles to participate in the Contractor's traffic control activities. END OF DIVISION 1 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-80 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description (March 13, 1995 WSDOT GSP, OPTION 1) Section 2-01.1 is supplemented with the following: Clearing and grubbing on this project shall be performed within the following limits: Limits for clearing & grubbing shall be as shown on the plans. Clearing shall include removal of trees as noted on the plans or as directed by the Engineer to accommodate the improvements. Tree removal shall include removal of stumps and/or grinding of stumps to a depth at least two feet below finish grade. 2-01.3 Construction Requirements 2-01.3(4) Roadside Cleanup (January 5, 1998 WSDOT GSP, OPTION 1) Section 2-01.3(4) is supplemented with the following: The Contractor shall restore, repair or correct all portions of the roadside or adjacent landscapes that were unavoidably damaged due to the performance or installation of the specified work. Unavoidable damage shall be determined only by the Engineer. All materials utilized shall be in accordance with Sections 9-14 and 9-15 and other applicable sections of the Standard Specifications or Special Provisions, whichever may apply. All work shall be performed in accordance with Sections 8-02 and 8-03 and other applicable sections of the Standard Specifications. The Contractor shall review the work with the Engineer and receive approval to proceed prior to commencing the work. 2-01.4 Measurement (April 12, 2018 CFW GSP) Section 2-01.4 is supplemented with the following: "Roadside Cleanup", will be measured by force account. 2-01.5 Payment (April 12, 2018 CFW GSP) Section 2-01.5 is supplemented with the following. "Roadside Cleanup", force account. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements 2-02.3(3) Removal of Pavement, Sidewalks. Curbs, and Gutters (April 12, 2018 CFW GSP) Section 2-02.3(3) is supplemented with the following: Prior to removal of pavement, the Contractor shall make a full-depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full-depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. CITY OF FEDERAL WAY SW 366T" STREET PRESERVATION PROJECT SP-81 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 2-02.3d4y Removal of Drainage Structures (April 12, 2018 CFW GSP) Section 2-02.3(4) is a new section: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove existing catch basins, manholes, pipes, and other drainage features in accordance with Section 2-02 of the Standard Specifications. Removal shall be conducted in such a manner as to prevent damage to surrounding facilities including any existing storm sewers, sanitary sewers, electrical conduits or other facilities to remain. All remaining facilities including but not limited to storm sewers, sanitary sewers, monuments, valves, vaults, and electrical conduits damaged due to the Contractor's operations shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Contracting Agency. Catch basins, manholes, and other drainage structures designated for removal, including all debris, shall be completely removed. All removed catch basins, manholes, and other drainage structures shall become the property of the Contractor and shall be disposed of in accordance with Section 2-02 of the Standard Specifications. All undamaged frames, grates, and solid covers in a re- useable condition shall become the property of the City of Federal Way and shall be delivered to a location specified by the Engineer. Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb and gutter surrounding the structure required for removal will be considered incidental to the removal of the catch basin, manhole, or other drainage structures. Sawcuts shall be in accordance with Section 2-02 of these Special Provisions. Backfilling of catch basins, manholes, pipes and other drainage structures to be removed and replaced shall not be performed until the new structure is installed and shall be in accordance with Section 7-05. Backfilling of a structure to be replaced shall be considered incidental to the construction and installation of the new catch basin, manhole, or other drainage structure. Backfilling of catch basins, manholes, pipes and other drainage structures to be completely removed shall be performed using gravel borrow paid in accordance with the Bid Schedule. Prior to backfilling any voids, the Contractor shall remove pipe as noted in the plans. Pipe shown to be abandoned or ordered by the Engineer to be abandoned shall be filled with CDF in accordance with Section 2-09.3(1)E of the Standard Specifications. Plugging pipe ends shall be considered incidental and included in the pipe removal and no additional payment will be made. The Contractor shall maintain existing drainage, where designated by the Engineer, until the new drainage system is completely installed and functioning. 2-02.3 5 Ad'ust Existing Utility to Grade (April 12, 2018 CFW GSP) 2-02.3(5) is a new section: As shown in the Plans, existing utilities such as monuments, manholes, catch basin frames and grates, water valves, and meter boxes shall' be adjusted to CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-82 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 finished grade. The Contractor shall, prior to the beginning of any work, familiarize himself with the existing utility locations. The Contractor shall adjust City-owned utilities. Final adjustment shall be smooth and flush with finished grade. The Contractor shall mark the location of all utilities prior to paving the new surface. Unless otherwise provided for in the Special Provisions and Proposal, costs for adjusting utilities to grade, including coordinating the work with other utilities, shall be incidental to the various items of work and no additional compensation will be allowed. Existing facilities shall be adjusted to the finished grade as shown in the Drawings and as further specified herein. Existing box, ring, grate, and cover shall be reset in a careful and workmanlike manner to conform to the new grade. Special care shall be exercised in all operations. Any damage occurring to the manholes, concrete inlets, monument cases, valve boxes, or water mains, due to the Contractor's operations, shall be repaired at the Contractor's own expense. Adjustments shall be made using bricks, concrete blocks, or cement, and the interior of the manhole adjustment shall be mortared smoothly. All covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for referencing and keeping a record of such references of all manholes, catch basins, monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of these references to the Engineer. The manholes, catch basins, monument cases, meter boxes, and valve boxes shall be adjusted to grade in accordance with Section 1-05.3(1). Final restoration of finished grade surfaces shall be performed in the following manner: 1. Within a Gravel Surface: Provide a 6-inch-deep and 6-inch-wide concrete collar installed and restored with 3 inches of crushed surfacing top course. 2. Within a Grass Surface: Provide crushed surfacing top course backfill and 3 inches of Topsoil Type A, and seed. 3. Within an Asphalt Cement Concrete Paved Surface: See City standard detail for Utility Adjustment. 2-02.3(6) Existing Utilities to Remain_ (April 1 Z 2018 CFW GSP) 2-02.3(6) is a new section: Utilities indicated in the Plans to remain shall be protected and supported in place in such a manner that they remain functional and undamaged. Utilities indicated to remain that are damaged as a result of Contractor's activity shall be repaired or replaced to the satisfaction of the Contracting Agency at no additional cost. 2-02.4 Vacant (April 1 Z 2018 CFW GSP) Section 2-02.4 Vacant shall be deleted and replaced with the following: 2-02.4 Measurement "Sawcutting" will be measured by the linear foot for pavement removal. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-83 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Sawcutting conc. sidewalks, approach, curb and gutters will be incidental to the removal of those items. Sawcutting for conc. curb ramps shall be incidental to "Cement Conc. Curb Ramp Type_" per each. Removal of asphalt concrete pavement and base associated with the Removal of Cement Conc. Curb and Gutters, will not be measured, but will be considered as part of "Removal Cement Conc. Curb and Gutter". Removal of Cement Conc. Curb & Gutter will be measured by linear foot. Removal of Cement Conc. Sidewalk will be measured by square yard. Removal of Cement Conc. Approach will be measured by square yard. 2-02.5 Payment (April 12, 2018 CFW GSP) Section 2-02.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Sawcutting", per linear foot the contract bid price shall be for a full-depth sawcut. Sawcutting necessary for utility and stormwater installation are incidental to the measurement and payment of those contract items. Removal of asphalt concrete pavement and base associated with the Removal of Cement Conc. Curb and Gutters is incidental to "Removal Cement Conc. Curb and Gutter". "Removal of Cement Conc. Curb & Gutter", per linear foot. "Removal of Cement Conc. Sidewalk per square yard. "Removal of Cement Conc. Approach" per square yard. 27 ROADWAY EXCAVATION AND EMBANKMENT 2-03.2 Pavement Removal (April 12, 2018 CFW GSP) Section 2-03.2 is replaced with the following: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs. Prior to removal, the Contractor shall make a full-depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full-depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Alternatively, the Contractor may elect grinding for pavement removal, where appropriate. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-84 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 The removed pavement shall become the property of the Contractor and shall be removed from the project. Damage caused to portions of the pavement to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will be made. 2-03.3 Construction Requirements Section 2-03.3(10) Selected Material (April 1 Z 2018 CFW GSP) Section 2-03.3(10) is supplemented with the following: Selected Material when specified or required by the Engineer for use on the project shall meet the requirements of specified in Section 9-03.14(3) for Common Borrow. Section 2-03.3(14)G Backfilling (April 1 Z 2018 CFW GSP) Section 2-03.3(14)G is supplemented with the following: Remove all water and non-compatible materials from excavations prior to backfilling or attempting to compact embankment soil. Place native soils or provide import Gravel Borrow as required to complete the work. Backfill all embankments in accordance with 2-03.3(14)C, Compacting Earth Embankments, Method C. Section 2-03.3 14 N Wet Weather Earthwork (April 1 Z 2018 CFW GSP) Section 2-03.3(14)N is a new section: Earthwork completed in wet weather or under wet conditions shall be accomplished in small sections to minimize exposure to wet weather. Each section shall be sufficiently small so that the removal of soil and placement of backfill can be accomplished on the same day. No soil shall be left un- compacted and exposed to water. Soil that is too wet for compaction shall be removed and replaced with Gravel Borrow material. Grading and earthwork should not be accomplished during periods of heavy continuous rainfall. 2-03.4 Measurement (April 1 Z 2018 CFW GSP) Section 2-03.4 is supplemented with the following: Roadway Excavation Incl. Haul will be measured by cubic yard. If the Contractor excavates outside the neat-line limits designated for "Roadway Excavation, Incl. Haul" or performs extra excavation, it shall be considered for the Contractor's benefit and shall be included in the cost of other Bid Items. 2-03.5 Pa meat (April 1Z 2018 CFW GSP) Section 2-03.5 is supplemented with the following CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-85 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Roadway Excavation Incl. Haul", per cubic yard. (March 13, 1995 WSDOT GSP, OPTION 2) Section 2-03.5 is supplemented with the following: All costs in connection with the preparation of waste sites and waste deposits shall be included in the Mobilization. END OF DIVISION 2 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-86 PROJECT#215 CFW SPECIAL PROVISIONS VER 2020.06 DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 3-01 PRODUCTION FF-QM !2QARRY AND PIT SITES 3-01.4 Contractor Furnished Material Sources 3-01.40) Acquisition and Developrment (April 1 Z 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 SW 356T" STREET PRESERVATION PROJECT SP-87 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements 4-04.3(3) Mixing (April 12, 2018 CFW GSP) Item 2 of Section 4-04.3(3), is replaced with the following: 2. Road Mix Method - The road mix method of mixing surfacing material will not be allowed. 4-04.3(4) Planing and Spreading (April 12, 2018 CFW GSP) Item 2 of Section 4-04(4), is replaced with the following: 2. Road Mix Method - The road mix method of mixing surfacing material will not be allowed. 4-04.5 Payment (April 12, 2018 CFW GSP) Section 4-04.5 is supplemented with the following: The unit contract price for Ballast and Crushed Surfacing shall also include compacting, and removing and hauling to waste when required by the Engineer. END OF DIVISION 4 CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT SP-88 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT (July 18, 2018 APWA GSP) Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. CITY OF FEDERAL WAY SW 366T" STREET PRESERVATION PROJECT SP-89 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2 1 How to Get an HMA Mix Desi n on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.2(1)A Vacant 5-04.2 2 Mix Design —Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & sig-nature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accredita-tion Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-90 PROJECT#215 CFW SPECIAL PROVISIONS VER.2020.06 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 AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer's approval using WSDOT Form 350- 076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31 st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55-F 45-F CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-91 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 0.10 to.20 45-F 35-F More than 0.20 35-F 35-F 5-04.3 2 Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8- 23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3 3 Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment — An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-92 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials —The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45OF or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3 3 C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer's recommendations shall be provided upon request by the Contracting CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-93 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 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 shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)_D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer's approval, unless other-wise required by the contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to 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. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-94 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-95 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020,06 applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1 h emulsified asphalt. The CSS-1 and CSS-1 h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3MA Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks % inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks % inch to 1 inch in width -fill with hot poured sealant. 2. Cracks greater than 1 inch in width —fill with sand slurry. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-96 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: A. Cracks '/4 inch to 1 inch in width -fill with hot poured sealant. B. Cracks greater than 1 inch in width —fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished CITY OF FEDERAL WAY SW 366T" STREET PRESERVATION PROJECT SP-97 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Prod ucin IStvck ilin A re ates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.30) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti- stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 250F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-98 PROJECT#215 CFW SPECIAL PROVISIONS VER.2020 06 to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1" 0.35 feet HMA Class %" and HMA Class '/z" wearing course 0.30 feet other courses 0.35 feet HMA Class 3/" 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances — The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-99 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Property Non-Statistical E_va­Fu­a­ti­o­n_,F Commercial Evaluation Asphalt Binder , +/-0.5% +/-0.7% Air Voids.Va 2.5%min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Non-Statistical Commercial Evaluation Passing Evaluation 1", W, '/2", and 3/8"sieves +/-6% +/-8% No.4 sieve +/-6% ( +/-8% No. 8 Sieve +/-6% +/-8% No. 200 sieve +/-2.0% +/-3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates—2 percent for the aggregate passing the 1'/2", 1", W, '/", W, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content — The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3 9 C Mixture Acceptance — Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3 9 C1 Mixture Nonstatistical Evaluation — Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-100 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04,3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the dis-cretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: If the test results are found to be within specification requirements, additional testing will be at the Engineer's discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation— Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation Pay Factar� 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: I Table of Price Adjustment Factors Constituent Factor ..f„ All aggregate passing: 1'/2", 1", 3/4", '/2°, 3/e" and 2 No.4 sieves F All aggregate passing No.8 sieve 15 All aggregate passing No.200 sieve 20 Asphalt binder 40 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA01 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the toler-ance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appro-priate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3 9 C6 Mixture Nonstatistical Evaluation — Price Ad'ustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor(CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of$500 per sample. 5-04.3 9 D Mixture Acceptance— Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA02 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor(CPF). 5-04.30 any HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 03 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3('IO)A HMA Compaction — General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3 1 d 8 HMA Compaction — Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5 04.3(10)C Vacant CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-104 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 5-04.30011) HMA Nonstatistical Compaction 5-04.3(10)Di HMA Nonstatistical Compaction — Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(1.0)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction — Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11): Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-105 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3 11 Re'ect Work 5-04.3(11)A Remect 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. 5-04.3 11 B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3 11 D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3 11 E Rejection An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-106 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 5-04.3 11)F Rejection -A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PR for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.30 I)C Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.312 Joints 5-04.302)A HMA Joints 5-04.3(12)A1 Transverse Joints_ The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3 12 A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than 'h 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 SW 356T" STREET PRESERVATION PROJECT SP-107 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the 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 Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.303) Surface 'Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than % inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than % inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-108 PROJECT#216 CFW SPECIAL PROVISIONS VER 2020.06 When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre-Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3 14 Planing (Milling) Bituminous Pavement The planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the sur-face by the Contractor's planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as deter-mined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA09 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3 14 A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can iden-tify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre-planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 5-04.3 14 B Paving and Planing Under Traffic 5-04.3(14)81 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. C. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 10 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals— Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where peace officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day's traffic control as it relates to the specific requirements of that day's planing and paving. Briefly describe the se-quencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 11 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5 04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day's operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other con-tractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving — additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equip-ment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 12 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day's operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3{1 a1 Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3061 HMA Road_Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-04.3(17) Temporary Asphalt Pavement (April 12, 2018 CFW 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 properties, and ramps for property access during cement concrete driveway approach construction. All temporary paving shall be approved by the Engineer before placement. Any areas of temporary pavement to be removed and replaced shall be approved by the Engineer beforehand. This work shall also include the removal of temporary asphalt concrete pavement in its entirety prior to final paving. Hot Mix Asphalt Temporary Pavement: Hot mix asphalt will be used for any trench restoration within the traveled way. Whether temporary or permanent, saw cut and treat edges with CSS-1 asphalt emulsion and apply a minimum 3- inch pavement depth or match existing, whichever is greater. Also, fill voids created by the removal of existing traffic islands and curbing, paving over excavated roadway to temporary access to adjacent properties, and ramps for property access during concrete approach construction. Cold Mix Asphalt Temporary Pavement: Cold mix asphalt is allowed for temporary paving outside the traveled way. The cold mix shall be approved by the Engineer and placed in a 2-inch minimum thickness. Placement of temporary pavement without prior approval of the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced require prior approval by the Engineer. This work shall include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. 5-04.4 Measurement HMA Cl. '/2" PG 58H-22 and Commercial HMA Cl. '/2" PG 58H-22 for Pavement Repair will be measured by the ton in accordance with Section 1-09.2, with no deduction being CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-113 PROJECT#216 CFW SPECIAL PROVISIONS VER. 2020 06 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. 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 along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8-23.4. Water will be measured by the M gallon as provided in Section 2-07.4. (April 1 Z 2018 CFW GSP) Section 5-04.4 is supplemented with the following: Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material actually placed, with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Hot Mix Asphalt Temporary Pavement shall be paid under the "Temporary Pavement" bid item and shall include placement and compaction of hot mix asphalt, removal and disposal of temporary pavement. Cold Mix Asphalt Temporary Pavement will not be measured and shall be considered incidental to other bid items. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: "HMA Cl. '/" PG 581-1-22", per ton. "Commercial HMA Cl. '/" PG 581-1-22 for Pavement Repair, per ton. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-114 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 The unit Contract price per ton for "HMA Cl. '/z" PG 58H-22" and "Commercial HMA Cl. '/2" PG 58H-22 for Pavement Repair shall be full compensation for all costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. "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. 1/2" PG 58H-22" 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. "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). Section 5-04.5 is supplemented with the following: (January 2, 2018) Asphalt Cost Price Adjustment The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1-09.9 for the following bid items when they are included in the proposal: "HMA Cl. '/2" PG 58H-22" "HMA for Approach Cl. '/2" PG 58H-22" "HMA for Preleveling Cl. '/2" PG 58H-22" "Commercial HMA Cl. '/2" PG 58H-22 for Pavement Repair" The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. The Contracting Agency will establish the asphalt binder reference cost twice each month and post the information on the Agency website at: ��c, `rJar:u:Y�. h�sdQt.wa.7ovlBusin�sslCr�rstr��ctir�r�l s alatianG�a;,ses htrn The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost. The base cost established for this contract is the reference cost posted on the Agency website with an effective date immediately preceding the bid opening date. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 15 PROJECT#215 CFW SPECIAL PROVISIONS VER.2020.06 Adjustments will be based on the most current reference cost for Western Washington or Eastern Washington as posted on the Agency website, depending on where the work is performed. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. The adjustment will be calculated as follows: No adjustment will be made if the reference cost is within 5% of the base cost. If the reference cost is greater than or equal to 105% of the base cost, then Adjustment = (Current Reference Cost— (1.05 x Base Cost)) x (Q x 0.056). If the reference cost is less than or equal to 95% of the base cost, then Adjustment = (Current Reference Cost— (0.95 x Base Cost)) x (Q x 0.056). Where Q = total tons of all classes of HMA paid in the current month's progress payment. "Asphalt Cost Price Adjustment", by calculation. "Asphalt Cost Price Adjustment" will be calculated and paid for as described in this section. 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. END OF DIVISION 5 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-116 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 DIVISION 6 STRUCTURES END OF DIVISION 6 CITY OF FEDERAL WAY SW 366T"STREET PRESERVATION PROJECT SPA 17 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-05 MANHOLES, INLETS, CATCH BASIUS, A.NQ DRYS VVEL,,_S 7-05.3 Construction Requirements (April 12, 2018 CFW GSP) Section 7-05.3 is supplemented with the following: Storm drain cleanouts shall be provided for retaining wall drainage and connected to the storm drainage system at the locations specified on the plans or as directed by the Engineer. All lids located within sidewalk areas, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly owned properties, must meet ADA requirements and be slip-resistant. Acceptable slip-resistant products are: 1. Mebacl manufactured by IKG Industries. 2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 3. Saftrax TH604 Non-Skid manufactured by Thermion. Where the exposed portion of the frame is 1/2 inch wide or less the slip-resistant treatment may be omitted on that portion of the frame. The slip-resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; "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-locking on plans or directed otherwise by the Engineer. The Contractor shall place anti- seize compound on all locking lid bolts prior to the final project punch list inspection. Round vs Square Lid All structures, new or existing, shall utilize round lids, except for those that accept surface runoff (i.e. those located along a gutter flow line). Catch CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 18 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 basins shall include conversion risers to accommodate round lids where indicated in the plans or directed by the Engineer. Heavy-Duty Hinged Frames and Covers Heavy-duty hinged frames and covers shall be installed whenever round, solid lids are required as outlined above. 7-05.3 1 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. 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. Grade adjustment rings and high impact riser installation shall be inspected by the Engineer prior to frame installation. Cover and grate frames shall be securely grouted to the structure. Where existing structures are located within the wheel path of a proposed travel lane, catch basins adjusted to grade shall also include conversion risers and heavy duty locking frames and covers and high-impact risers per Section 7-05.3(6). CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-119 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 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. 7-05.3(5) Repair, Rebuild or Re-alien Manholes and Catch Basins Section 7-05.3(5) is supplemented with the following: - (City of Federal Way) Where existing manholes and catch basins were poured monolithic with the curb and gutter and removal of the adjacent curb and gutter damages the existing structure; or where the horizontal alignment of the existing manhole or catch basin requires re-aligning and adjusting the structure elevation; or where manholes or catch basins are damaged during grinding, the contractor shall remove the existing frame and grate, adjustment bricks and adjustment risers down to the structure base and rebuild the structure per Section 7-05.3. 7-05.3(6) Cleaning (April 12, 2019 CFW GSP) Section 7-05.3(6) is a new section: Prior to final project acceptance by the City, the Contractor shall be responsible to ensure the sumps of all manholes, inlets, catch basins, and drywells are clean of sediment and debris. 7-05.4 Measurement Section 7-05.4 is supplemented with the following: "Adjust Water Valve to Grade", will be measured per each. "Repair or Re-align Manhole", will be measured per each. "Heavy Duty Round Solid Locking Casting", will be measured per each. "High Impact Riser", will be measured per each. 7-05.5 Payment (June 12, 2020 CFW GSP) Section 7-05.5 is supplemented with the following: Payment will be made for each of the following bid items that are included in the proposal "Adjust Water Valve to Grade", per each. "Repair or Re-align Manhole", per each. "Heavy Duty Round Solid Locking Casting", per each. "High Impact Riser", per each. The unit contract price for "Adjust Manhole" and/or "Adjust Catch Basin" and/or "Adjust Inlet" applies to existing storm drainage catch basins, inlets, and manholes that require adjustment to grade by addition or removal of adjustment risers. The unit contract price includes all labor, tools, equipment, and materials necessary to adjust drainage structures to finished grade, sawcutting, temporary patching hot mix to allow for the CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 20 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 passage of traffic, restoration of the area around the adjusted structure, and providing new rings and covers or frames and grates. Grade rings and adjustment risers (concrete or high-impact) shall be considered incidental to this bid item and will not be measured for separate payment. Payment will be made once the adjustment is fully complete and grouted. Partial payment will not be made if risers have been added, but the grouting has not been completed to the satisfaction of the City. END OF DIVISION 7 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 21 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTR L. 8-01.4 Measurement Section 8-01.4 is supplemented with the following Inlet Protection Insert will be measured per each. SPCC Plan will be measured per lump sum. ErosionMater Pollution Control will be measured by force account. 8-01.5 Payment Section 8-01.5 is supplemented with the following "Inlet Protection Insert", per each. "SPCC Plan", per lump sum. "Erosion/Water Pollution Control", per force account. All costs associated with the treatment of pH in high pH stormwater or dewatering water shall be included in the applicable concrete, grinding or sawcutting items of work. SPCC Plan will be paid per Section 1-07.15(1). 8-02.2 Materials Section 8-02.2 is supplemented with the following- Materials shall meet the requirements of the following sections: Topsoil Type A 9-14.1 Sod 9'14.6(8) 8-02.3 Construction Re uirements 8-02.30) Responsibility During Construction (April 1 Z 2018 CFW GSP) Section 8-02.3(1) is supplemented with the following: Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and associated roadside work is completed. Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. If water restrictions are anticipated or in force, planting of landscape materials may be delayed. Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from the Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing will be allowed.At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-122 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 8-02.3(5) Planting Area Preparation (April 12, 2018 CFW GSP) Section 8-02.3(5) is supplemented with the following: Thoroughly scarify subgrade in tree, and seeded lawn areas to a minimum depth of six-inches (6") except within critical root zones of existing trees to remain, as noted on plans. Scarified subgrade shall be inspected and approved by the Engineer prior to the placement of topsoil. Remove all construction debris and rocks over two-inches (2") in diameter prior to placing topsoil. Scarified subgrade shall be inspected and approved by the Engineer prior to placement of topsoil. Upon approval of the subgrade, Topsoil A shall be installed to a minimum depth of 4 inches lightly compacted depth in all seeded areas, unless otherwise noted on plans. Lightly compact soil and establish a smooth and uniform finished grade to allow to surface drainage and prevents ponding. The areas shall be brought to a uniform grade, 1 inch, or the specified depth of mulch, below walks, curbs, junction and valve boxes, and driveways, unless otherwise specified. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. 8-02.3(6)B Fertilizers (September 3, 2019 WSDOT GSP, OPTION 3) Section 8-02.3(6)B is supplemented with the following: Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied at the rate of 10 pounds per 1000 square feet. 8-02.3(8) Planting (April 12, 2018 CFW GSP) Section 8-02.3(8) is supplemented with the following: All Topsoil Type A required to pit plant trees and bark mulch for topdressing, as specified on the plans, shall be considered incidental to and included in the unit contract price of the trees. Use loosened and replaced compacted mineral native soil without organics under tree rootball. Use topsoil on sides of tree rootball only. Use full depth topsoil for shrubs. Trees shall be handled by the rootball, not by the trunk. Burlap and wire shall remain intact until trees are set in their final positions within each planting pit. Plant trees and shrubs upright and rotate in order to give the best appearance or relationship to adjacent plants, topography, and structures. Hold plant rigidly in position until topsoil has been backfilled and water settled free of voids and air pockets and tamped firmly around the ball or roots. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA23 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 When the pit is backfilled halfway, place the specified quantity of fertilizer plant tablets and stakes as shown on the Plans. Evenly space the fertilizer tablets around the perimeter of, and immediately adjacent to the root system. Carefully place water and compact planting topsoil, filling all voids. Tree root crowns to be 1" higher than finished grade to allow for settlement. When the planting pit is three quarters backfilled, fill with water and allow water to soak away. Fill the pits with additional topsoil to finish grade and continue backfilling as detailed on the Plans. Water trees immediately after planting. The contractor shall apply 3 inches of pea gravel flush with bottom of tree grates in tree wells per City Standard Detail 3-31. 8-02.310 Fertilizer (April 1 Z 2018 CFW GSP) Section 8-02.3(10) is supplemented with the following: All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients and manufacturer's guaranteed statement of analysis clearly marked, in accordance with State and Federal law. Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer manufacturer's recommendations. 8-02.4. Measurement (April 1 Z 2018 CFW GSP) Section 8-02.4 is supplemented with the following. Fertilizer shall be incidental to other bid items unless specifically listed as a bid item. The first paragraph of Section 8-02.4 is revised as follows: Sod Lawn, Incl. 4 in Topsoil will be measured per square yard. "Property Restoration" will be paid by force account and must be approved by the engineer prior to completing the work. 8-02.5 Payment Section 8-02.5 is supplemented with the following: (January 14, 2017) "Sod Lawn, Incl. 4 in Topsoil", per square yard. "Property Restoration" perforce account. E-03 IRRIQATION SYSTEMS 8-03.1 Description (April 1 Z 2018 CFW GSP) Section 8-03.1 is supplemented with the following: CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA24 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Some private irrigation systems exist within the project limits which may be impacted by the project improvements. The Contractor shall minimize the impacts to these facilities to the maximum extent possible. In the event that irrigation systems are found to encroach within the limits of the project improvements, they shall be modified as necessary per Engineer directed force accounts to ensure satisfactory operation upon completion of the improvements. The Contractor is responsible to coordinate with affected property owners to ensure their existing sprinkler systems are fully functional before they are disturbed. 8-03.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-03.3 is supplemented with the following: Private sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to remove the encroachment and to ensure satisfactory operation of the remaining system. The Contractor shall ensure that existing private systems remain in operation during the construction of this project. The Contractor shall furnish temporary water to disconnected existing irrigation systems. Private irrigation systems that have been damaged during construction activities shall be repaired within 5 working days. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and connections, and testing of the system. Payment will be by Force Account for Property Restoration. - 4 CURB$, QUTTERS. AND P WAY 8-04.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-04.3 is supplemented with the following: The sub-base for curb and gutter sections shall be compacted to 95 percent density at or below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the curb and gutter. White-pigmented curing compounds will not he allowed. The top of the finished concrete shall not deviate more than one-eighth (1/8") in ten feet (10') or the alignment one-fourth (1/4") in ten feet (10'). Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown in the City Standard Plan Details. Where shown on the plans, the Contractor shall paint the curbs with 2-coats of yellow paint. Paint and application shall conform to the Standard Specifications for traffic paint striping. 8-04.4 Measurement (April 12, 2018 CFW GSP) Section 8-04.4 is supplemented with the following CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-125 PROJECT#215 CFW SPECIAL PROVISIONS VER 2020.06 Cement Conc. Barrier Curb associated with Curb Ramps shall be incidental to the "Cement Conc. Curb Ramp Type Cement Conc. Curb & Gutter will be measured by the linear foot. Painting of curbs, where required, will not be measured and is considered incidental to the unit price of the type of curb. 8-04.5 Payment (April 1 Z 2018 CFW GSP) Section 8-04.5 is supplemented with the following: "Cement Conc. Curb & Gutter", per linear foot. "Cement Conc. Barrier Curb associated with Curb Ramps shall be incidental to the "Cement Conc. Curb Ramp Type The unit contract price per linear foot for "Cement Conc. Curb and Gutter" shall be full payment for all incidental work including forms, preparation of subgrade, placement, backfill and compaction, HMA Cl. '/" PG 58H-22 and CSTC for pavement repair, and all other material, tools, equipment, and labor required for the construction of same. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.3 Construction Re uirements (April 1 Z 2018 CFW GSP) Section 8-06.3 is supplemented with the following: All driveways shall remain open except as necessary to permit curing of construction materials or for short periods of time as required for excavations. However, at least one (1) driveway per parcel shall remain open to vehicular traffic at all times unless otherwise approved by the Engineer and affected property owner in writing. If a parcel has only one driveway, then that driveway must be constructed one-half at a time to allow the passage of vehicles. The amount of time that a driveway can be closed will be limited. To meet these requirements, the Contractor may use a quick setting concrete. The Engineer shall approve the quick-setting mix prior to use. Property owners shall be notified in writing at least 48 hours in advance of any planned driveway closures Crushed rock may be used, with Engineer approval, to maintain a driving surface. Section 8-06.3 is supplemented with the following: (City of Federal Way) Section 1-07 of the Special Provisions describes the restrictions for driveway closures and construction that will be in place for this contract. To meet these requirements, the Contractor may use a quick setting concrete. The Engineer shall approve the quick setting mix prior to use. Cement Conc.Approach shall be constructed per City of Federal Way Standard Details. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 26 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 8-06.4 Measurement Section 8-06.4 is supplemented with the following: Cement Conc. Approach will be measured by the square yard. 8-06.5-Payment Section 8-06.5 is supplemented with the following "Cement Conc.Approach", per square yard. If the Contractor chooses to use a quick-setting concrete mix to meet the requirements of Section 1-07, it will be measured per the square yard and paid for as Cement Conc. Approach. Any additional costs to use such mix shall be incidental to the bid item for Cement Conc. Approach and no additional payment will be made. (April 12, 2018 CFW GSP) Section 8-06.5 is supplemented with the following: If the Contractor chooses to use a quick-setting concrete mix for driveway construction, any additional costs to use such mix shall be incidental to the bid item for"Cement Conc. Driveway" and no additional payment will be made. If the Contractor chooses to use crushed rock to maintain a driveway surface, it shall be incidental to the bid item for "Cement Conc. Driveway" and no additional payment shall be made. 8-09 RAISED PAVEMENT MARKERS 5-09.1 Description (December 12, 2012 CFW GSP) Section 8-09.1 is supplemented with the following: RPM's shall be installed per City of Federal Way Standard Details_ 8-09.2 Materials (December 12, 2012 CFW GSP) Section 8-09.2 is supplemented with the following. RPM's shall not be ceramic. 8-09.3 Construction Requirements Section 8-09.3 is supplemented with the following. (City of Federal Way) RPMs shall be installed per City of Federal Way Standard Details. All Raised Pavement Markers shall be placed no later than seven (7) days after the final lift of paving has been completed in each Schedule where required, except in areas where 90-mil methyl methacrylate materials have been used for pavement markings, in which case the Raised Pavement Markings shall be placed no later than twenty-one (21) days after the final lift of paving has been completed. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA27 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 8-09.4 Measurement Section 8-09.4 is supplemented with the following: Hydrant Marker Type 2B will be measured per each. 8-09.5 Payment Section 8-09.5 is supplemented with the following: Payment will be made for each of the following bid items that are included in the proposal: "Hydrant Marker Type 213", per each. 8-13 MQNUMENT CASES 8-13.3 1 Adiusting Monument Cases Section 8-13.3(1) is supplemented with the following: (City of Federal Way) The existing cast iron ring and cover on monument cases shall be removed and replaced at the new finished elevation; frame ring extensions may not be used. Contractor shall submit catalog cuts of extensions for approval. Following monument case adjustment, the monument shall be verified for position by the City. If the monument has been displaced by the Contractor's operations, the Contractor shall at his own expense, remove and replace the case and reestablish the monument with a licensed professional surveyor. 8-13.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-13.3 is supplemented with the following: Where shown in the Plans or where directed by the Engineer, existing monument case and covers shall be adjusted to grade as designated by the Engineer. The existing monument shall be carefully protected so as not to disturb its location in any way. The Contractor shall have a licensed professional land surveyor locate the monument prior to the case and cover adjustment if any disturbance of the existing monument is probable. The existing cast iron ring and cover shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The materials and method of construction shall conform to the requirements of the Standard Plan as approved by the Engineer. 8-13.5 Payment (April 12, 2018 CFW GSP) Section 8-13.5 is supplemented with the following: "Adjust Monument Case and Cover", per each. _CEMENT QQNCRETE SIDEWALKS 8-14.3 Construction Requirements (April 3, 2017 WSDOT GSP, OPTION 1) Section 8-14.3 is supplemented with the following CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT SPA28 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 The Contractor shall request a pre-meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces 8. Contractor ADA survey and ADA Feature as-built requirements 9. Cold Weather Protection (January 7, 2019 WSDOT GSP, OPTION 2) Section 8-14.3 is supplemented with the following: Timing Restrictions Curb ramps shall be constructed on one leg of the intersection at a time. The curb ramps shall be completed and open to traffic within five calendar days before construction can begin on another leg of the intersection unless otherwise allowed by the Engineer. Unless otherwise allowed by the Engineer, the five calendar day time restriction begins when an existing curb ramp for the quadrant or traffic island/median is closed to pedestrian use and ends when the quadrant or traffic island/median is fully functional and open for pedestrian access. (January 7, 2019 WSDOT GSP, OPTION 3) Section 8-14.3 is supplemented with the following: Layout and Conformance to Grades Using the information provided in the Contract documents, the Contractor shall layout, grade, and form each new curb ramp, sidewalk, and curb and gutter. (April 12, 2018 CFW GSP) Section 8-14.3 is supplemented with the following : Cement concrete sidewalk thickness shall be as shown on the Plans. Score joints shall be constructed at a maximum distance of 5 feet from each full depth expansion joint, except where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA29 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 in the sidewalk shall be 3/8" x 4" and of the same material as that used in the curb, and shall be placed in the same location as that in the curb. No concrete for sidewalk shall be poured against dry forms or dry subgrade. The Contractor may provide suitable vibrating finishers for use in finishing concrete sidewalks. The type of vibrator and its method of use shall be subject to the approval of the City. All completed work shall be so barricaded as to prevent damage. Any damaged sections shall be removed and replaced at the Contractor's expense. Landscaped areas disturbed during construction shall be restored to original condition at the Contractor's expense. Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on the Plans. 8-14.4 Measurement (April 12, 2018 CFW GSP) Section 8-14.4 is supplemented with the following: Measurement for "Dowell Bars for Sidewalk Connection to Wall", will be measured per Lump Sum. 8-14.5 Payment (April 12, 2018 CFW GSP) Section 8-14.5 is supplemented with the following: Payment for "Cement Conc. Curb Ramp Type " will not be made until the City has verified that the ramp(s) meet ADA requirements. "Dowell Bars for Sidewalk Connection to Wall", per Lump Sum. The lump sum cost for "Dowell Bars for Sidewalk Connection to Wall" shall include all cost for labor, material and equipment to drill in and epoxy #4 rebar 6 inches into the remaining slab on 2-foot spacing per the detail for Ramp#14 in the plans. 8-20 ILLUAINATIQti TRAFFIC 51GNAL SYSTEMS INTELLIGENT TRANSP - TATION SYSTEMS, AND ELECTRICAL 8-20.1 Description 8-20.1 1 Re glations and Cade (March 13, 2012 CFW GSP) Section 8-20.1(1) is supplemented with the following: Where applicable, materials shall conform to the latest requirements of Puget Sound Energy and the Washington State Department of Labor and Industries. 8-20.1(2) Industry Codes and Standards (March 13, 2012 CFW GSP) The following is added at the end of the first paragraph of this section: CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-130 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 National Electrical Safety Code (NESC) Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855-1331. 8-20.1M Permitting and Inspections (April 12, 2018 CFW GSP) Section 8-20.1(3) is supplemented with the following: The Contractor shall be responsible for obtaining all required electrical permits, including all required City electrical permits. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. 8-20.2 Materials Section 8-20.2 is supplemented with the following: (March 13, 2012 CFW GSP) (September 3, 2019 WSDOT GSP, OPTION 1) Slip-Resistant Surfacing for Junction Boxes, Cable Vaults, and Pull Boxes Where slip-resistant junction boxes, cable vaults, or pull boxes are required, each box or vault shall have slip-resistant surfacing material applied to the steel lid and frame of the box or vault. Where the exposed portion of the frame is 1/2 inch wide or less, slip resistant surfacing material may be omitted from that portion of the frame. Slip-resistant surfacing material shall be identified with a permanent marking on the underside of each box or vault lid where it is applied. The permanent marking shall be formed with a mild steel weld bead, with a line thickness of at least 1/8 inch. The marking shall include a two character identification code for the type of material used and the year of manufacture or application. The following materials are approved for application as slip-resistant material, and shall use the associated identification codes: 1) Harsco Industrial IKG, Mebac#1 —Steel: M1 2) W.S. Molnar Co., SlipNOT Grade 3—Coarse: S3 3) Thermion, SafTrax TH604 Grade#1 — Coarse: T1 8-20.2( Equipment List And Drawings (January 26, 2012 CFW GSP) The first paragraph is deleted and replaced with the following: Within one (1) week following the pre-construction conference, the Contractor shall submit to the Engineer a completed "Request for Approval of Materials" that describes the material proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information shall be submitted for signal, Safe City Cameras and related equipment (Pan-Tilt-Zoom, Fisheye, Bullet and License Plate Reader), electrical and luminaire equipment, all wire, conduit, junction boxes, and all other items to be used on the project. Approvals by the Engineer must be received before material will be allowed on the job site. Materials not approved will not be permitted on the job site. 8-20.3 Construction Requirements 8-20.31 General (October 31, 2005 WSDOT NWR GSP, OPTION 5) CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA31 PROJECT#215 CFW SPECIAL PROVISIONS VER 2020 06 Section 8-20.3(1) is supplemented with the following: Construction Core Installation The Contractor shall coordinate installation of construction cores with Contracting Agency maintenance staff through the Engineer. The Contractor shall provide written notice to the Engineer, a minimum of seven working days in advance of proposed installation. The Contractor shall advise the Engineer in writing when construction cores are ready to be removed. (May 15, 2000 WSDOT NWR GSP, OPTION 6) Section 8-20.3(1) is supplemented with the following: Electrical Equipment Removals Removals associated with the electrical system shall not be stockpiled within the job site without the Engineer's approval. (January 26, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Contractor Owned Removals All removals associated with an electrical system, which are not designated to remain the property of the Contracting Agency, shall become the property of the Contractor and shall be removed from the project. The Contractor shall: Remove all wires for discontinued circuits from the conduit system or as directed by the Engineer. Remove elbow sections of abandoned conduit entering junction boxes or as directed by the Engineer. Abandoned conduit encountered during excavation shall be removed to the nearest outlets or as directed by the Engineer. Remove foundations entirely, unless the Plans state otherwise. Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Section 2-09.3(1)E. (November 14, 2014 CFW GSP) Section 8-20.3(1) is supplemented with the following: Delivery of Removed Items The Engineer shall decide the ownership of all salvaged signal materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall become the property of the Contractor, except the existing controller cabinet and all its contents shall remain as property of the City. Removed signal and electrical equipment which remains the property of the City shall be delivered to: King County Signal Shop Attn: Mark Parrett 155 Monroe Avenue NE CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-132 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Renton, Washington 98056 Phone: 206-396-3763 Forty eight (48) working hours advance notice shall be communicated to both the Engineer and the Signal Technician at the address listed above. Delivery shall occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material will not be accepted without the required advance notice. The Contractor shall be responsible for unloading the equipment where directed by the Engineer or Signal Tech at the delivery site. Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's satisfaction at no cost to the City. 8-20.3(2) Excavating and Backfillincg (January 8, 2013 CFW GSP) Section 8-20.3(2) is supplemented with the following: The Contractor shall supply all trenching necessary for the complete and proper installation of the traffic signal system, interconnect conduit and wiring, and illumination system. Trenching shall conform to the following: 1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. The existing pavement shall be removed in an approved manner. The trench bottom shall be graded to provide a uniform grade. 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches cover over conduits and shall be backfilled with 21 inches of controlled density fill, vibrated in place, followed by either 3 inches minimum of HMA Cl 1/2" PG 58 -22 , or a surface matching the existing pavement section, whichever is greatest. The asphalt concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS-1) or approved equal immediately before resurfacing, applied to the entire edge and full depth of the pavement cut. Immediately after compacting the new asphalt surface to conform to the adjacent paved surface, all joints between new and original pavement shall be filled with joint sealant meeting the requirements of Section 9-04.2. 3. Trenches for Schedule 40 PVC conduits to be located under existing sidewalks shall be installed to conform with the City of Federal Way Luminaire Electrical Trench Detail. Such trenches shall be backfilled with bedding material two inches (2") above and below the conduit, with the remaining depth of trench backfilled with native material. If the Engineer determines that the native material is unsuitable, Gravel Borrow shall be used. Sidewalks and driveways shall be removed and replaced as specified. 4. Trenches for Schedule 40 PVC conduits to be located within the right-of- way and outside the traveled way shall have a minimum of twenty-four inches (24") cover over conduits. Such trenches shall be backfilled with CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-133 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 bedding material two inches (2") above and below the conduit, with the remaining depth of trench backfilled with bank run gravel unless the Engineer determines that spoils from the trench excavation are suitable for backfill. 5. When trenches are not to be placed under sidewalks or driveways, the backfill shall match the elevation of the surrounding ground, including a matching depth of top soil, mulch and/or sod if necessary to restore the trench area to its prior condition. 6. Contractor shall use joint trench where possible. Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit in any way. The backfill shall be thoroughly mechanically tamped in eight-inch (8") layers with each layer compacted to ninety-five percent (95%) of maximum density in traveled ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture content. Bank run gravel for backfill shall conform to Section 2.01 of the Standard Specifications. Bedding material shall conform to Section 2.01 of the Standard Specifications. All trenches shall be properly signed and/or barricaded to prevent injury to the public. All traffic control devices to be installed or maintained in accordance with Part VI of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as specified elsewhere in these Specifications. Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. (April 12, 2018 CFW GSP) Section 8-20.3(2) is supplemented with the following: Underground utilities of record are shown on the construction plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, when shown on the plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the plans. The Contractor shall be responsible for potholing for conflicts with underground utility locations prior to determining exact locations of signal and luminaire pole foundations, underground vaults and directional boring operations. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 34 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: 1. Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench. 2. If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. 3. If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8-20.3(4) Foundations (December 18, 2009 CFW GSP) Section 8-20.3(4) is supplemented with the following: Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. Pole foundations within the sidewalk area shall be constructed in a single pour to the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in a separate pour. Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot by 4-inch-thick cement concrete pad set flush with the adjacent ground. Where the pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the pad shall be flush with the sidewalk. A construction joint shall be provided between the two units. The foundation for the controller and service cabinets shall conform to the detail on the Plans. Conduits shall be centered horizontally except service conduit, which shall be placed at the side of the power panel. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-135 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 Foundations for Type I traffic signal poles shall conform to Standard Plan J- 21.10-01. Foundations for Type II and Type III traffic signal poles shall conform to details on the Signal Standard Sheet in the Plans. Foundations for streetlight poles shall conform to City of Federal Way Drawing Number 3-39 except that foundation depth shall be as noted on the Illumination Pole Schedule. Foundations for the decorative streetlight poles shall conform to City of Federal Way Drawing Number 3-43 except that foundation depth shall be as noted on the Illumination Pole Schedule. 8-20.30) Conduit 8-20.3(5)A General (March 16, 2011 CFW GSP) Section 8-20.3(5) is supplemented with the following: All conduit trenches shall be straight and as narrow in width as is practical to provide a minimum of pavement disturbance. When conduit risers are installed, they shall be attached to the pole every 4 feet and shall be equipped with weather heads. Conduit for the service wires between the Puget Sound Energy pole and the service panel and all above ground conduit shall be hot-dip galvanized rigid steel. All conduits shall be clearly labeled at each junction box, handhole, vault or other utility appurtenance. Labeling shall be permanent and shall consist of the owner/type name and a unique conduit number or color. The owner name shall be approved by the Engineer prior to starting work. The recommended owner/type abbreviations are: PSE— Puget Sound Energy QWEST—Qwest COMCAST(AT&T)/C —Cable COMCAST(AT&T)/F — Fiber SIC —City Signal Interconnect City Spare — City spares Cobra —COBRA luminaire system Traffic signal interconnect shall be placed, wherever feasible, in the joint utility trench being constructed under this contract (if applicable). This work shall be coordinated with the other utilities to ensure a 2" minimum conduit is provided solely for the traffic signal interconnect. Conduit size shall be verified with City Traffic Engineer prior to installation. 8-20.3(5)B Conduit Type (March 16, 2011 CFW GSP) Section 8-20.3(5)B is supplemented with the following CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 36 PROJECT#215 CFW SPECIAL PROVISIONS VER.2020.06 All conduits for signal cable raceways under driveways shall be rigid galvanized steel or Schedule 80 polyvinyl chloride (PVC). Whenever PVC conduit is used a ground wire shall be provided. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes (February 3, 2020 CFW GSP) Section 8-20.3(6) is supplemented with the following: Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable vaults and pull boxes shall not be placed within the traveled way or shoulders. All junction boxes, cable vaults, and pull boxes placed within the traveled way or paved shoulders shall be heavy-duty. Standard Duty nonconcrete junction boxes shall not be installed within the City of Federal Way. Junction boxes shall not be located within the traveled way, wheelchair ramps, or driveways, or interfere with any other previous or relocated installation. The lid of the junction box shall be flush with the surrounding area and be adequately supported by abutting pavements or soils. All streetlight junction boxes not placed in the sidewalk shall be placed immediately adjacent to a sidewalk or curb surrounded by concrete (or asphalt if adjacent to roadway) to prevent the box from lifting out of the dirt. All streetlight junction box lids shall be welded shut after final inspection and approval by King County. Approved slip resistant surfaces shall have coefficient of friction of no less than 0.6 and have a proven track record of outdoor application which lasts for at least 10 years. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to, or installed in, their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment. Wiring shall be replaced for full length if sufficient slack as specified in Section 8-20.3(8) is not maintained. No splicing will be permitted. Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard Plan J-40.10-01. Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan J-40.30-01. Junction boxes shall be inscribed based upon system per WSDOT Standard Plan J-40.30.01. Junction box lids and frames shall be grounded per Section 8-20.3(9). Junction boxes shall be located at the station and offset indicated on the Plans except that field adjustments may be made at the time of construction by the Engineer to better fit existing field conditions. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-137 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Junction boxes for copper and/or fiber signal interconnect shall be placed at a maximum interval of 300 feet and shall be inscribed with "TS" as described on WSDOT Standard Plan J-40.30-01. Communications/fibers vaults shall be provided for the purpose of storing slack cabling and installing splice enclosures. The location of all communication vaults shall be as indicated on the Plans and shall be field verified by the Contractor. Communication/fibers vaults shall be configured such that the tensile and bending limitations of the fiber optic cable are not compromised. Vaults shall be configured to mechanically protect the fiber optic cable against installation force as well as inert forces after cable pulling operations. Where indicated in the Plans, new vaults shall be installed as described herein and shown in the Plans. The Contractor shall furnish and install racking hardware for cable storage in all new vaults and in all existing vaults where cable storage is identified on the plans. The Contractor shall secure and store the cable in the racking hardware per manufacturer's instruction. Fiber vaults shall be installed in accordance with the following: 1. All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shall meet the specifications of the fiber vault manufacturers. 2. Backfilling around the work shall not be allowed until the concrete or mortar has set. 3. Upon acceptance of work, fiber vaults shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation. 4. Fiber vaults shall be adjusted to final grade using risers or rings manufactured by the fiber vault and pull box manufacturer. Fiber vaults with traffic bearing lids shall be raised to final grade using ring risers to raise the cover only. All voids created in and around the vault while adjusting it to grade shall be filled with grout. 5. Fiber vaults shall be installed at the approximate location shown in the Drawings. Final location to be approved by the Engineer. 6. All existing conduits will need to be open and exposed for access within the vault. Care shall be taken to identify which conduits have existing cables. All conduits will extend 2 inches within the vault walls. At the 2- inch mark the excess conduit on the existing structure will need to be removed and all cables exposed. 7. Once the conduits are located, excavate a hole large enough to install the fiber vault. The vault shall have a concrete floor as indicated on the Drawings. The floor shall be installed on 6 inches of crushed surfacing top course. If a fiber vault is installed outside a paved area, an asphalt pad CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-138 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 shall be constructed surrounding the junction box. Ensure that the existing conduits are at a minimum of 4 inches above the top of the floor. If the existing conduits contain existing cables, the new vault will need to be bottomless to allow the existing conduit and cable to be routed into the new vault. 8-20.3(8) Wiriict (March 13, 1995 WSDOT NWR, OPTION 2) Section 8-20.3(8) is supplemented with the following: Wire Splices All splices shall be made in the presence of the Engineer. (May 1, 2006 WSDOT NWR, OPTION 3) Section 8-20.3(8) is supplemented with the following: Illumination Circuit Splices Temporary splices shall be the heat shrink type. (March 6, 2012 CFW GSP) Section 8-20.3(8) is supplemented with the following: Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear the circuit number and be thoroughly tested before being connected to the appropriate terminal. Circuit conductors shall be standard copper wire in all conduit runs with size specified on the Plans. Conductors from luminaire bases to the luminaire fixture shall be minimum No. 14 AWG pole and bracket cable. (March 6, 2012 CFW GSP) The following is inserted between the 3rd and 4th paragraph of this section Loop wires will be spliced to lead in wires at the junction box with an approved mastic tape, 3-M 06147 or equal, leaving 3 feet of loose wire. Connectors will be copper and sized for the wire. Mastic splice material will be centered on the wire and folded up around both sides and joined at the top. Splice will then be worked from the center outward to the ends. The ends will be visible and fully sealed around the wire. The end of the lead-in cables shall have the sheathing removed 8 inches and shall be dressed external to the splice. The 8th paragraph of this section is deleted and replaced with the following: Fused quick disconnect kits shall be of the SEC type or equivalent. Underground illumination splices shall be epoxy or underground service buss/lighting connector kits. Installation shall conform to details in the Standard Plans. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 39 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 The following is inserted between the 11th and 12th paragraphs of this section: Field Wiring Chart (IMSA Standards) 501 +Input 506 AC+Control 511 Remote-All Red 502 AC- 507 AC+Crosswalk 512-520 Special 503 AC+Lights 508 AC+Detectors 551-562 Interconnect 504 AC+Lights 509 AC+12 Volts 593-598 Rail Road Preemption 505 AC+Lights 510 Remote-Flash Phases 1 2 3 4 5 6 7 8 A B Emergency Orange (B+) 581 584 587 590 Vehicle Yellow Call 582 .. 585 588 591 ..._..._............. _----------------.----- - Preemption Blue (BB) 583 586 589 592 Red 611 621 631 641 651 661 671 681 691 601 Orange 612 622 632 642 652 662 672 682 692 602 Vehicle Green 613 623 633 643 653 663 673 683 693 603 Heads Black 614 624 634 644 654 664 674 —684 694 604 ..............._...................w.. __ White (Common) 616 626 636 646 656 666 676 686 696 606 Red (Hand) 711 721 731 741 751 761 771 -----. ...-............ _.. .._....................... Green (Man) 712 722 732 742 752 762 772 782 792 702 --- ..................1 -_. - Pedestrian White (Common 716 726 736 746 756 766 776 786 796 706 Heads and for Lights) PPB Orange 714 724 734 744 754 764 774 784 794 704 (Push button) � - -_..._ _................................._...........................___....................,..,_.........._....... _...._ _....,....... Black (Common 715 725 735 745 755 764 775 785 795 705 for Push button �.._.._.... ....... . .......... ...... Loop 1 811 821 831 841 851 861 871 881 891 801 .. .. _ Loop 1 '.... 812 822 832 842 852 862 872 882 892 802 Loop 2 ........ 813 823 833 843 853 863 873 883 893 803 Vehicle Loop 2 814 824 834 844 854 864 874 884 894 804 Detectors Loop 3_ 815 825 835 845 855 865 875 885 895 805 .... Loop 3 - 816 826 836 846 856 866 876 886 896 806 _....._ Loop 4, 817 827 837 847 857 867 877 887 897 807 Loop 4 -.... . 818 828 838 848 858 868 878 888 898 808 Loop_1 _... 911 921 931 941 951 961 971 981 991 901 Loop 1 912 922 932 942 952 962 972 982 992 902 ... . . .. . .. Vehicle Loop 2 913 923 933 943 953 963 973 983 993 903 .....-.... .. -. Detectors/ Loop 2 914 924 934 944 954 964 -974 984 994 904 ...... -..... _........... Count Loop 3 , 915 925 935 945 955 965 975 985 995 905 Loops Loop 3 916 926 936 946 956 966 976 _ 986 996 906 Loop_4 917 927 937 947 957 967 977 987 997 907 Loop 4 918 928 938 948 958 968 978 ~988 998 908 8-20.3(9) Bonding, Grounding (August 21, 2006 WSDOT NWR) Section 8-20.3(9) is supplemented with the following: CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-140 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Where shown in the Plans or where designated by the Engineer, the metal frame and lid of existing junction boxes shall be grounded to the existing equipment grounding system. The existing equipment grounding system shall be derived from the service serving the raceway system of which the existing junction box is a part. (March 13, 2012 CFW GSP) Section 8-20.3(9) is supplemented with the following: Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction boxes and any modified existing junction boxes. For the purposes of this section, a box shall be considered "modified" if new current-carrying conductors are installed, including low-voltage conductors. At points where shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. Junction box lids and frames shall be grounded in accordance with Department of Labor and Industries standards, and shall be grounded so that the ground will not break when the lid is removed and laid on the ground next to the junction box. All conduits which are not galvanized steel shall have bonding wires between junction boxes. Ground rods shall be copper clad steel, 3/4-inch in diameter by 10-feet long, connections shall be made with termite welds. At points where wiring shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. (October 23, 2014 CFW GSP) Section 8-20.3(9) is supplemented with the following: In addition to the service grounds provided at the service cabinet each Type II, III, IV, or V signal standard shall have a supplemental ground installed per Standard Plan J-60.05. 8-20.311 Testin (April 12, 2018 CFW GSP) Section 8-20.3(11) is supplemented with the following: After power switch over, the signal system shall be put into operation by King County personnel. The Contractor shall be present during the turn-on with adequate equipment to repair any deficiencies in operation. The Contractor shall notify King County five working days in advance of power switch over. 8-20.3 14 Signal Systems (August 10, 2009 WSDOT NWR— OPTION 1) Section 8-20.3(14) is supplemented with the following: Temporary Video Detection System CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-141 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Temporary video detection systems shall be completely installed and made operational prior to any associated induction loop being disabled. 8-20.3(14)_E Signal Standards (December 18, 2009 CFW GSP) Section 8-20.3(14)E is supplemented with the following: Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre-approved plans, or special design plans. After delivering the poles or arms to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. Terminal cabinet(s) shall be installed on all Type II and Type III signal poles or where designated on the wiring diagrams in the Plans in accordance with the material requirements of Section 9-29.25 of the Standard Specifications. Terminal cabinets shall be installed at a height not to impede pedestrians. 8-20.3 1T "As Built" Plans (December 18, 2009 CFW GSP) Section 8-21.3(17) is deleted and replaced with the following: Upon completion of the project, the Contractor shall furnish an "as-built" drawing of the intersection showing all signal heads, pole locations, detectors, junction boxes, Illumination system showing luminaire locations, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have been changed from the original contract drawings. All items shall be located to within one foot (1') horizontally and six inches (6'� vertically above or below the finished surface grade. 8-20.308) Removal of Existing Signal Equipment (April 12, 2018 CFW GSP) Section 8-21.3(18) is a new section: Where noted on the Plans, existing signal, illumination, Safe City Cameras and relate equipment, and interconnect equipment shall be removed by the Contractor. The Engineer shall decide the ownership of all salvaged signal, illumination, Safe City Cameras and related equipment, and interconnect equipment materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall be the property of the Contractor, except that any existing controllers and UPS cabinets and all contents shall be delivered to the King County Signal Shop at 155 Monroe Avenue NE, Renton, Washington 98056. All other material removed shall become the property of the Contractor and shall be disposed of off-site at a legal disposal site. All pole foundations and anchor bolts shall be removed to 6 feet below new subgrade, and the resulting hole shall be backfilled with compacted gravel borrow meeting the requirements of Section 9-03.14(1), unless the Engineer has approved the use of native material. Where junction boxes are removed, the conduit and wire shall also be removed to the bottom of the trench and the resulting hole backfilled with gravel borrow CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT SP-142 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 meeting the requirements of Section 9-03.14(1), unless the Engineer has approved the use of native material. Removals associated with the electrical system shall not be stockpiled within the jobsite without the Engineer's approval. 8-20.3(19) Pedestrian Pushbuttons (April 12, 2018 CFW GSP) 8-20.3(19)A Materials Section 8-20.3(19)A is supplemented with the following: The Signal Modification system shall consist of the following components: 1. Foundation, including excavation, haul, and forms 2. Pole assembly and hardware 3. Pushbutton and sign assembly 4. Trenching, installation of new conduits, backfill, and surface restoration. 5. Wiring and enclosures 8-20.3 19 B Construction Requirements Section 8-20.3(19)B is supplemented with the following: The Contractor shall remove and replace Accessible Pedestrian Pushbuttons for the following locations. SW 356th St and 8th Ave SW— Ramp#8 (NW Corner) 1. Construct 1 new foundation and Pedestrian Push Button (PPB) pole. Relocate existing APS push button from traffic signal pole to new pole per WSDOT Standard Plan J-20.11-03 and J-20.26-01, Plan sheet 05 and Detail sheet 10. 2. Plug existing traffic signal pole. SW 3561" Street and 8:`' Ave SW— Ramp#9 (NE_Corner 1. Construct 1 new foundation and Pedestrian Push Button (PPB) pole. Relocate existing APS push button from traffic signal pole to new pole per WSDOT Standard Plan J-20.11-03 and J-20.26-01, Plan sheet 05 and Detail sheet 10. 2. Plug existing traffic signal pole. SW 356th St and 81h Ave SW— Ramp#17 (SW Corner) 3. Construct 1 new foundation and Pedestrian Push Button (PPB) pole. Relocate existing APS push button from traffic signal pole to new pole per WSDOT Standard Plan J-20.11-03 and J-20.26-01, Plan sheet 05 and Detail sheet 13. 4. Plug existing traffic signal pole. SW 356"' Street and 8"' Ave SW— Ramp #18 (SE Corner 3. Construct 1 new foundation and Pedestrian Push Button (PPB) pole. Relocate existing APS push button from traffic signal pole to new pole per WSDOT Standard Plan J-20.11-03 and J-20.26-01, Plan sheet 05 and Detail sheet 13. 4. Plug existing traffic signal pole. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-143 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 The Contractor shall provide and install accessible pedestrian pushbuttons as shown on the plans. The position of the accessible pedestrian pushbuttons shall be aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve; however, final positioning for the optimum effectiveness shall be approved by the Engineer. Accessible Pedestrian Signals (APS) or Pedestrian Pushbutton (PPB) shall be mounted to the poles by means of stainless steel bolts. All mountings shall be securely fastened as approved by the Engineer. Installation shall be per WSDOT Standard Plans J-20.10- 02, J-20.11-01, J-20.26-01, J-20.15-03, and J-21.10-04. The pedestrian pushbutton housing shall be aluminum and shall be painted black. Unit(s) shall operate at a temperature range of-35C to 85C. Power requirements shall be 120 VAC, 60 Hz (100 ma, typical +/- 20%). 8-20.4 Measurement (April 12, 2018 CFW GSP) Section 8-20.4 is replaced with the following: "Signal Modification — SW 356" Street and 8th Ave SW - Complete" shall be measured per lump sum. 8-20.5 Payme_n_t (April 12, 2018 CFW GSP) Section 8-20.5 is deleted and replaced with the following: Payment will be made in accordance with the following: "Signal Modification— SW 356th Street and 8th Ave SW- Complete", per lump sum. The lump sum price for " Signal Modification — SW 3561h Street and 8th Ave SW - Complete " shall be full pay for furnishing all labor, equipment, materials and supplies necessary to complete the work as specified. All items and labor necessary to supply, install, and test the system including, but not limited to, conduit, junction boxes, service circuit breaker and connections, battery backup system, signal/service/battery backup system foundation(s), vehicular and pedestrian signal heads, pedestrian pushbuttons, emergency vehicle preemption, temporary and/or permanent vehicle detection system(s), connections with existing conduit and junction boxes, mast arm mounted traffic signs, restoring facilities destroyed or damaged during construction, removing and salvaging existing signal equipment, the installation of a temporary signal system as needed, relocation of temporary signal equipment (vehicle heads, pre-emption, pedestrian heads, pedestrian push buttons, video detection) to accommodate construction phasing throughout the project, and all other components necessary to make a complete traffic signal system shall be included within the lump sum measurement. The lump sum bid price shall include all costs associated with the construction of the cement concrete pad and pedestal for the controller and service cabinets as well as for the cement concrete pads around signal poles. All costs for installing signing on signal mast arms or temporary signal installations shall be incidental to the bid item(s) in this section and no additional compensation will be made. Luminaires and luminaire arms positioned on signal poles will be considered a part of the traffic signal system lump sum measurement. Removal of an existing signal system or CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-144 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 existing signal components shall be included within the lump sum measurement. After construction is complete, it is Contractor's responsibility to adjust, relocate, and reposition all traffic signal heads to their final position as shown on the Contract Documents, and shall be considered incidental to the lump sum measurement. Sawcutting, pavement removal, excavation, trenching, bedding and backfill materials, backfilling of trenches, pavement restoration of trenches and conduit/junction box installations shall be incidental to the bid items included in this section and no additional compensation will be made. Coordination of service connections with Puget Sound Energy and any necessary permits and fees associated with the service connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. Coordination with communication connections with Comcast, Qwest, or other communication provider affected by this project, and any necessary permits and fees associated with the communications connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. All costs for installing junction boxes and conduit containing traffic signal system, illumination system, decorative illumination system, festival outlet system and/or interconnect system wiring shall be incidental to the bid item(s) of this section and no additional compensation will be made. All costs for painting shall be incidental and included in the bid items included in this section and no additional compensation will be made. Adjustment of junction boxes shall be incidental and included in the bid items included in this section and no additional compensation will be made. Restoration of facilities destroyed or damaged during construction shall be considered incidental to the bid items included in this section and no additional compensation will be made. SECTION 8-21 PERMANENT SIGNING 8-21.1 Description (March 13, 2012 CFW GSP) Section 8-21.1 is deleted and replaced with the following: This work shall consist of furnishing and installing permanent signing, sign removal, sign relocation, and the project sign installation and removal, in accordance with the Plans, these Specifications, the Standard Plans, MUTCD, and the City of Federal Way Standard Details at the locations shown in the Plans or where designated by the Engineer. Signs to be removed as shown on the Plans, shall be returned to the Owner. Colors of all permanent signs shall be submitted to the City for approval prior to installation in the field. Installed signs that do not have color approved by the City may be required to be removed and replaced in an acceptable color at the Contractor's expense. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-145 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 8-21.3 Construction Requirements 8-21.3(2) Placement of Signs (December 18, 2009 CFW GSP) Section 8-21.3(2) is supplemented with the following: The City of Federal Way, 253-835-2744, shall be contacted within 2 working days of completion of the permanent signing installation to inspect, inventory, and log all new and relocated signs. Other Signs: Refer to the currently adopted version of the Manual on Uniform Traffic Control Devices (MUTCD) with Washington State Supplements. 8-21.3(5) Sign Relocation (December 18, 2009 CFW GSP) Section 8-21.3(5) is supplemented with the following: King County METRO and/or Pierce Transit personnel will remove and reinstall all existing bus stop signs and supports within the project limits. The Contractor shall contact King County METRO at (206) 684-2732 or Pierce Transit at (253) 581-8130 to coordinate sign work 2 weeks prior to the required sign removal or installation. A copy of the record of communication shall be forwarded to the City of Federal Way. Signs are located in the plans by reference to a general stationary monument and shown an estimated distance for installation and placement. No survey stations are provided, but dimensions are shown. These are tentative locations, subject to change by the Engineer, and shall be field verified by the inspector prior to installations. Timber posts and break away pole lengths shall be per the plan details. Sign heights shall be per the plan details. 8-21.4 Measurement (April 12, 2018 CFW GSP) Section 8-21.4 is deleted and replaced with the following: R9-3A and R9-3B Sign and Post shall be measured by lump sum. 8-21.5 Payment (April 12, 2018 CFW GSP) Section 8-21.5 is deleted and replaced with the following "R9-3A & R9-313 Sign and Post", per lump sum. The unit contract price per lump sum for "R9-3A & R9-313 Sign and Post" will be full compensation for the costs of all labor, tools, equipment, and materials necessary or incidental to furnishing, installing signs and posts as shown in the Plans. All costs for furnishing and installing signs on traffic signal mast arms poles shall be included in the lump sum price for"Traffic Signal System — Complete". SECTION 8-22 PAVEMENT MARKING 8-22.1 Description (December 18, 2009 CFW GSP) CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-146 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Section 8-22.1 is supplemented with the following: Pavement markings shall conform to City of Federal Way Standard Details. Profiled and plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20- 01. 8-22.2 Materials (October 23, 2014 CFW GSP) Section 8-22.2 Sentence#3 is deleted and replaced with the following: Glass beads for Type A plastic shall be as recommended by the manufacturer. Section 8-22.2 is supplemented with the following: Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9-34.4. 8-22.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-22.3 is supplemented with the following: Temporary Pavement Marking Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or roadways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of temporary pavement markings. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. The Contractor shall install and remove approved 4-inch-wide reflective traffic tape, paint line, RPMs and pavement markings per City of Federal Way Standard Details Dwg 3-17, Dwy 3-18, and Dwg 3-19, as shown on the Plans, specified in the Special Provisions for this Contract, or as directed by the Engineer. Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap, unless otherwise specified on the Plans or in the Special Provisions. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. Paint lines shall be provided for temporary pavement marking conditions not applicable for reflective tape. All costs in connection with the use of (placement and removal) reflective traffic tape as temporary pavement markings shall be incidental to other bid items. All costs for paint lines and reflective pavement markers used for temporary traffic control will be paid under those respective bid items. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-147 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 8-22.3(3) Marking Application 8-22.3(3)E Installation (April 12, 2018 CFW GSP) Section 8-22.3(3)E is supplemented with the following: Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20-01. 8-22.3(3)G Glass Beads (March 13, 2012, CFW GSP) Section 8-22.3(3)G is supplemented with the following: Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded core elements shall be applied to Type D markings at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. 8-22.3(6) Removal of Pavement Markings (April 12, 2018 CFW GSP) Section 8-22.3(6) is supplemented with the following: As indicated on the plans, the Contractor shall remove existing pavement markings that may consist of paint, plastic and raised pavement markings. 8-22.4 Measurement (December 13, 2012 CFW GSP) Section 8-22.4 is supplemented with the following: Removal of Pavement Markings will be measured by lump sum. 8-22.5 Payment (April 12, 2018 CFW GSP) Section 8-22.5 is modified as follows: The following bid items are deleted: "Removing Paint Line", per linear foot. "Removing Plastic Line", per linear foot. "Removing Painted Crosswalk Line", per square foot. "Removing Plastic Crosswalk Line", per square foot. "Removing Painted Traffic Marking", per each. "Removing Plastic Traffic Marking", per each. The following is a new bid item: "Removal of Pavement Markings", per lump sum. END OF DIVISION 8 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-148 PROJECT#215 CFW SPECIAL PROVISIONS VER 2020.06 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.12 Gravel Backfill 9-03.12(6) Pit Run Sand (April 1 Z 2018 CFW GSP) Section 9-03.12(6) is a new section: &eve SIZE' Percent Passnig 3/8" square 100 U.S. No. 4 90 Sand Equivalent 30 minimum 9-03.14(3) Common Borrow (April 1 Z 2018 CFW GSP) Section 9-03.14(3) is modified with the following requirements: Material from on-site excavations meeting the requirements for Common Borrow shall be used to the extent practicable. Material for common borrow shall consist of granular soil and/or aggregate which is free of trash, wood, debris, and other deleterious material. Common Borrow material shall be at the proper moisture content for compaction. This material is generally moisture sensitive. The natural moisture content shall range from not more than 1 percent wet of optimum to not more than 3 percent dry of optimum as determined in accordance with Section 2-03.3(14)D. The material shall not pump or yield under the weight of compaction equipment and construction traffic. The Contractor is responsible for protecting the material from excess moisture wherever/whenever possible. To the extent practicable, this material should be handled only during non-rainy periods and should be removed, hauled, placed, and compacted into final embankments without intermediate handling or stockpiling. Surfaces should be graded and sloped to drain and should not be left uncompacted. Common Borrow shall meet the following gradation limits: Sieve Size Percent Passing (by weight) 6" square 100 4" square 90- 100 2" square 75 - 100 U.S. No. 4 50 - 80 U.S. No. 40 50 max. U.S. No 200 25 max. ' For geosynthetic reinforced walls or slopes, 100percent passing 1%- inch square sieve and 90 to 100 percent passing the 1-inch square sieve. Common Borrow shall contain sufficient fines for compaction and to bind the compacted soil mass together to form a stable surface when heavy construction equipment is operated on its surface. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-149 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 9-05 DRAINAGE STRUCTURES AND CULVERTS 9-05.15 Metal Castings 9-05.15 4 Heavy Duty Hinged Style Ductile Iron Frame and Cover (December 2, 2019 CFW GSP) Section 9-05.15(4) is a new section: Heavy-Duty hinged style ductile iron frame and covers shall meet the requirements for metal castings found in Section 9-05.15. The covers shall be hinged and incorporate a 90-degree blocking system to prevent accidental closure. The cover shall be operable by one person using standard tools and shall allow for the cover to open to 120-degrees where it can either remain open in a secure position or be removed if needed. The cover pick slot shall provide a solid point of removal for most removal tools and be designed to eliminate surface water inflow. The covers shall be lockable with a cam lock assembly and have a cap or cover to prevent debris from entering and preventing access to the lock assembly. Keys for all lock assemblies will be provided to the City. The frame and cover assembly shall be capable of withstanding a test load of 100,000 Ibs and include a "T" shaped durable gasket to cushion traffic shock and resist water infiltration. The frame and cover assembly shall be circular, compatible with City of Federal Way standard top slab openings, and available in a 24-inch clear opening. The frame and cover depth shall not exceed 4 inches and the flange shall incorporate bedding slots and bolt holes. The cover shall be installed with the hinge facing oncoming traffic so the lid will open towards traffic. 9-05.15 5 High Impact Multi-Purpose Rubber Composite Adjustment Risers (December 2, 2019 CFW GSP) Section 9-05.15(5) is a new section: Risers shall be minimum 80% by weight recycled rubber and minimum 10% by volume recycled RFL fiber. Adjustment risers shall be of uniform quality and free from cracks, holes, and any other surface defects. Adjustment risers shall be designed for heavy duty street traffic and shall meet or exceed minimum load capacity requirements of AASHTO. Adjustment risers shall be installed as a single unit and shall not be cut into pieces or used as shims. Manufacturer certification shall be furnished upon request stating that the product meets the requirements of this specification. Risers shall be available in standard thicknesses from 1/2-inch to 3-inches; available flat or tapered; and in round, square, and rectangular shapes. 9-14 ES_Q�10N CONTROL AND ROADSIDE P ANTING 9-1.4.2 Topsoil 9-14.2 1 Topsoil Type A (June 12, 2020 CFW GSP) Section 9-14.2(1) is supplemented with the following: Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy loam. The soil shall be high in organic content and compromised of fully composted and mature organic materials. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-150 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 No fresh sawdust or other fresh wood by-products shall be added to extend the volume after the composting process. Chemical and physical characteristics of Topsoil Type A shall comply with the following: Screen Size 7/16" Maximum Total Nitrogen 0.25% Minimum Organic Matter 10% Minimum pH Range 5.5 to 7.5 Conductivity 5 mmhps/cm Maximum 9-14.4 Fertilizer (June 1 Z 2020 CFW GSP) Section 9-14.4 is supplemented with the following: Fertilizer for trees shall be biodegradable fertilizer packets, 20-10-5. Apply per manufacturer's recommendations. 9-14.7 Plant Materials 9-14.7 2 Quality (June 1 Z 2020 CFW GSP) Section 9-14.7(2) is supplemented with the following: Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. Potted and container stock shall be well rooted and vigorous enough to ensure survival and healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its delivery container for not less than six (6) months, but not for more than two (2) years. Root bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the Code of Standards of the American Associate of Nurserymen in the American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements shall be taken with all branches in their normal growing position. Plants shall not be pruned prior to delivery to site. 9-14.7(3) Handling and Shipping (June 1 Z 2020 CFW GSP) Section 9-14.7(3) is supplemented with the following: Tie back branches as necessary, and protect bark from chafing with burlap bags. Do not drag plant materials along ground without proper protection of roots and branches. Protect rootballs from environmental or mechanical damage and water as necessary to keep roots moist. Do not store plants for more than one week. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA51 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 9-14.7(4) Sod (June 12, 2020 CFW GSP) Section 9-14.7(4) is supplemented with the following: Sod Lawn shall be three-way Tall Fescue Blend Sod, 33.33% Firecracker LS Tall Fescue, 33.33% Spyder LS Tall Fescue, 33.33% Raptor II Tall Fescue with degradable netting, or approved equal. 9-14.7 5 Tagging (June 12, 2020 CFW GSP) Section 9-14.7(5) is a new section:: All plant material shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior to final acceptance. 9-14.7(6) Inspection (June 12, 2020 CFW GSP) Section 9-14.7(6) is a new section: The Contracting Agency shall reserve the option of selecting and inspecting plant material at the nursery. The contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. 9-14.7(7) Temporary Storage (June 12, 2020 CFW GSP) Section 9-14.7(7) is a new section: Cold storage of plants shall not be permitted. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water plant material as necessary until planted. Plants shall not be stored for more than one week. Longer storage period at project site will result in rejection of plant materials by the Contracting Agency. -15 RR G TON Y TEM 9-15.1 Pipe, Tubing And Fittings (June 12, 2020 CFW GSP) Section 9-15.1 is replaced with the following: All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All pipe for the main, laterals, and sleeving shall be Sch 40 PVC. SECTION 2-21 RAISED PAVEIi�111=1VT MARI{ERS [RPM1 9-21.20) Physical Properties (March 13, 2012 CFW GSP) Section 9-21.2(1) is supplemented with the following: CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 52 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Type 2 raised pavement markers shall NOT be ceramic. SECTION 9-28 SIGNING MATERIALS AND FABRICATION 9-28.1 General (January 8, 2013 CFW GSP) Paragraph three is deleted and replaced with the following: All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation, parking prohibition signing and signs of fluorescent yellow color shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a retro reflection rating of 250 candelas/foot candle/square foot for white-silver sheeting with a divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign sheeting shall meet this specification. The reflectivity standard of supplemental plaques shall match that of the primary sign. All overhead signing, all regulatory (R series) of fluorescent yellow color and all school (S series) of florescent yellow color shall meet the specifications of Type IX Micro Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms and all regulatory (R series) and school (S series) signs of fluorescent yellow color. The reflectivity standard of supplemental plaques shall match that of the primary sign. Motorist information and parking signing shall be constructed with Type I Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. The reflectivity standard of supplemental plaques shall match that of the primary sign. 9-28.2 Manufacturer's Identification and Date (October 23, 2014 CFW GSP) Section 9-28.2 is deleted and replaced with the following: All signs shall show the manufacturer's name and date of manufacture on the back. 9-28.8 Sheet Aluminum Signs (January 8, 2013 CFW GSP) Section 9-28.8 table is deleted and replaced with the following Maximum Dimension Blank Thickness Less than 30 inches 0.080 inches Greater than 30 inches, less than 48 0.100 inches inches Greater than 48 inches 0.125 inches Section 9-28.8 is supplemented with the following: All permanent signs shall be constructed from aluminum sign blanks unless otherwise approved by the Engineer. Sign-blank minimum thicknesses, based on maximum dimensions, shall be as follows: CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-153 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 All D-3 street-name signs shall be constructed with 0.100-inch-thick blanks. The Contractor shall install permanent signs which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. 9-28.9 Fiberglass Reinforced Plastic Signs (December 18, 2009 CFW GSP) Section 9-28.9 is deleted in its entirety. 9-28.14 Sian Support Structures (December 18, 2009 CFW GSP) Section 9-28.14 is supplemented with the following: Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. 9-28.14 1 Timber Sign Posts (December 18, 2009 CFW GSP) Section 9-28.14(1) is supplemented with the following: All ground-mounted sign posts shall use pressure treated hem-fir wood posts unless approved otherwise by the Engineer. All wood posts shall be buried a minimum of 30 inches below the finished ground line. Post backfill shall be compacted at several levels to minimize settling.All posts shall be two-way plumb. 9-28.14(2) Steel Structures and Posts (December 18, 2009 CFW GSP) Section 9-28.14(2) is supplemented with the following: Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. Approved Manufacturers for Steel Sign Supports The Standard Plans lists several steel sign support types. These supports are patented devices and many are sole-source. All of the sign support types listed below are acceptable when shown in the plans. Steel Sign Support Type Manufacturer Type TP-A&TP-B Transpo Industries, Inc. Type PL, PL-T& PL-U Northwest Pipe Co. Type AS Transpo Industries, Inc. Type AP Transpo Industries, Inc. Type ST 1, ST 2, ST 3, & ST 4 Ultimate Highway Products, Allied Tube & Conduit, Inc., Northwest Pipe, Inc. Type SB-1, SB-2, & SB-3 Ultimate Highway Products, Xcessories Squared Development and Manufacturing Incorporated, Northwest Pipe, Inc. SrCTION 9-29 ILLUMINATION, SIGNAL. ELECTRICAL 9-29.1 Conduit, Innerduct, and Outerduct CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-154 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 (June 5, 2000 WSDOT NWR) Section 9-29.1 is supplemented with the following: Conduit Coatings Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings are not allowed. Steel conduit entering concrete shall be wrapped in 2-inch-wide pipe wrap tape with a minimum 1-inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances (August 10, 2009 WSDOT NWR) Section 9-29.1(2) is supplemented with the following: Conduit Coatings Electroplated couplings are not allowed. (March 4, 2009 WSDOT NWR)) Surface Mounting Conduit Attachment Components Channel supports and all fastening hardware components shall be Type 304 stainless steel. 9-29.1(111 Foam Conduit Sealant (January 7, 2019 WSDOT Option 1) Section 9-29.1(11) is supplemented with the following: The following products are accepted for use as foam conduit sealant: • CRC Minimal Expansion Foam (No. 14077) • Polywater FST Foam Duct Sealant • Superior Industries Foam Seal • Todol Duo Fill 400 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 9-2.9.2(11A Standard Duty Junction Boxes (April 12, 2018 CFW GSP) Section 9-29.2(1) is supplemented with the following: Concrete Junction Boxes For junction boxes located within the sidewalk, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly owned properties, both the lid and frame shall be treated with one of the following slip-resistance products: 1. Mebacl manufactured by IKG Industries. 2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 3. Saftrax TH604 Non-Skid manufactured by Thermion. Where the exposed portion of the frame is 1/2 inch wide or less the slip- resistant treatment may be omitted on that portion of the frame. The slip-resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; "SY CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-155 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 9-29.2(1_)A2 Non-Concrete Junction Boxes (February 3, 2020 CFW GSP) Section 9-29.2(1)A2 is replaced with the following: Non-Concrete junction boxes are not allowed for use within the City of Federal Way. 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes (April 12, 2018 CFW GSP) Section 9-29.2(2)A is supplemented with the following: For cable vaults and pull boxes located within the sidewalk, along an ADA pedestrian route, or in other accessible surfaces within the public right-of- way or on publicly owned properties, both the lid and frame shall be treated with one of the following slip-resistance products: 4. Mebacl manufactured by IKG Industries. 5. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 6. Saftrax TH604 Non-Skid manufactured by Thermion. Where the exposed portion of the frame is 1/2 inch wide or less the slip- resistant treatment may be omitted on that portion of the frame. The slip-resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("MV for Mebac 1; "SY for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 9-29.3 Fiber Optic Cable, Electrical Conductors and Cable (December 13, 2012 CFW GSP) Section 9-29.3 is supplemented with the following: Video cable from the camera (sensor) to the controller cabinet shall conform to the video detection manufacturer's recommendations. 9-29.3(2)F Detector Loop Wire (April 12, 2018 CFW GSP) Section 9-29.3(2)F is modified as follows: Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to IMSA Specification 51-7, with cross-linked polyethylene (XLPE) insulation encased in a polyethylene outer jacket (PE tube). 9-29.3 2 H Three-Conductor Shielded Cable (March 13, 2012 CFW GSP) Section 9-29.3(2)H is supplemented with the following: Lead-in cable back to the controller for pre-emption units shall be 6TT detector 138 cable or equivalent. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 56 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 9-29.3(2)1 Twisted Pair Communications Cable (October 23, 2014 CFW GSP) Section 9-29.3(2)1 is deleted in its entirety. See Section 8-20.3(8)A. 9-29.6 Light and Signal Standards -(January 7, 2019 WSDOT GSP, OPTION 5) Section 9-29.6 is supplemented with the following: Traffic Signal Standards Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre-approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm connecting bolts instead of lockwashers. All signal arm ASTM F 3125 Grade A325 connecting bolts tightening shall comply with Section 6-03.3(33). Traffic signal standard types and applicable characteristics are as follows: Type PPB Pedestrian push button posts shall conform to Standard Plan J-20.10 or to one of the following pre-approved plans: Fabricator Drawing No. Valmont Ind. Inc. DBO1165 Rev. B Sheet's 1, 2, 3 &4 of 4 Ameron Pole WA15TR10-1 Rev. Band Prod. Div. WA15TR10-3 Rev.A Type PS Pedestrian signal standards shall conform to Standard Plan J- 20.16 or to one of the following pre-approved plans: Fabricator Drawino No. Valmont Ind. Inc. DBO1165 Rev. B Sht. 1, 2, 3 &4 of 4 Ameron Pole WA15TR10-1 Rev. B and Prod. Div. WA15TR10-2 Rev. B Type I Type I vehicle signal standards shall conform to Standard Plan J- 21.15 or to one of the following pre-approved plans: Fabricator Drawing No. Valmont Ind. Inc. DBO1165 Rev. B Sht. 1 2, 3 &4 of 4 Ameron Pole WA15TR10-1 Rev. Band CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 57 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 Prod. Div WA15TR10-2 Rev. B Type FB Type FB flashing beacon standard shall conform to Standard Plan J-21.16 or the following pre-approved plan: Fabricator ❑rawing No. Valmont Ind. Inc. DBO1165 Rev. B Sht. 1 2, 3 &4 of 4 Ameron Pole WA15TR10-1 Rev. Band Prod. Div. WA15TR10-2 Rev. B Type RM Type RM ramp meter standard shall conform to Standard Plan J-22.15 or the following pre-approved plan: Fabricator Drawing No. Valmont Ind. Inc. DBO1165 Rev. B Sht. 1 2, 3 &4 of 4 Ameron Pole WA15TR10-1 Rev. B and Prod. Div. WA15TR10-2 Rev. B Type CCTV Type CCTV camera pole standards shall conform to one of the following pre-approved Plans: Fabricator Drawing No. Valmont Industries, Inc. DB 01166 Rev. B Sheet 1, 2, 3 and 4 of 4 Ameron Pole Product Div. WA15CCTV01 Rev. B Sheet 1 and 2 of 2 Type II Characteristics: Luminaire mounting height N.A. Luminaire arms N.A. Luminaire arm length N.A. Signal arms One Only Type II standards shall conform to one of the following pre- approved plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after fabricator. Signal Arm Length (max) Fabricator-(x) (y) (z) Drawing No, 65 ft. Valmont Ind. Inc.-(2894) DBO1162 Rev. B, Shts. 1, 2,3, 4 & 5 of 5 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-158 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 65 ft. Ameron Pole-(2900) WA15TR3724-1 Rev. C and Prod. Div. WA15TR3724-2 Rev. D Sheet 1 and 2 of 2 Type III Characteristics: Luminaire mounting height 30 ft., 35 ft., 40 ft., or 50 ft. Luminaire arms One Only Luminaire arm type Type 1 Luminaire arm length (max.) 16,ft. Signal arms One Only Type III standards shall conform to one of the following pre- approved plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after fabricator. Signal Arm Length max Fabricator-(x) (y) (z) Drawing No. 65 ft. Valmont Ind. Inc.-(2947) DBO1162 Rev. B, Shts. 1, 2, 3, 4 & 5 of 5 and"J" luminaire arm 65 ft. Ameron Pole-(2900) WA3724-1 Rev. C and Prod. Div. WA3724-2 Rev. D and "J" luminaire arm Type IV Type IV strain pole standards shall be consistent with details in the plans and Standard Plan J-27.15 or one of the following pre- approved plans: Fabricator Drawing NO.. Valmont Industries, Inc. D1301167, Rev. B Sheets 1 and 2 Ameron Pole WA 15TR15 Rev. A Prod. Div. Sheet 1 and 2 of 2 Type V Type V combination strain pole and lighting standards shall be consistent with details in the plans and Standard Plan J-27.15 or one of the following pre-approved plans: Fabricator Drawing No. Valmont Industries, Inc. DB01167, Rev. B Sheets 1 and 2 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA59 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 Ameron Pole WA 15TR15 Rev. A Prod. Div. Sheet 1 and 2 of 2 The luminaire arm shall be Type 1, 16 foot maximum and the luminaire mounting height shall be 40 feet or 50 feet as noted in the plans. Type SD Type SD standards require special design. All special design shall be based on the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals and pre-approved plans and as follows: 1. A 115 mph wind loading shall be used. 2. The Mean Recurrence Interval shall be 1700 years. 3. Fatigue category shall be III. Complete calculations for structural design, including anchor bolt details, shall be prepared by a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural Engineering or by an individual holding valid registration in another state as a civil or structural Engineer. All shop drawings and the cover page of all calculation submittals shall carry the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. The cover page shall include the contract number, contract title, and sequential index to calculation page numbers. Two copies of the associated design calculations shall be submitted for approval along with shop drawings. Details for handholes and luminaire arm connections are available from the Bridges and Structures Office. Foundations for various types of standards shall be as follows: Type PPB As noted on Standard Plan J-20.10 Type PS As noted on Standard Plan J-21.10 Type I As noted on Standard Plan J-21.10 Type FB As noted on Standard Plan J-21.10 Type RM As noted on Standard Plan J-21.10 Type CCTV As noted on Standard Plan J-29.15 Type II As noted in the Plans. Type III As noted in the Plans. Type IV As noted in the Plans and Standard Plan J-27.10 Type V As noted in the Plans and Standard Plan J-27.10 Type SD As noted in the Plans. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 60 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 9-29.13(10)A Auxiliary Equipment for NEMA Controllers (February 2, 2012 CFW GSP) Section 9-29.13(10)A is modified as follows: Paragraph 1, Item 1 is supplemented with the following: All flasher units shall as a minimum meet NEMA TS-2 1992, Section 6 requirements and shall be EDI Model 810 or approved equal. Paragraph 1, Item 2 is supplemented with the following: All load switches shall as a minimum meet NEMA TS-2 1992, Section 6 requirements and shall be EDI Model 510 or approved equal. Paragraph 1, Item 3a is deleted and replaced with the following: A 50-amp main breaker shall be supplied. This breaker shall supply power to the controller, MMU, signals, cabinet power supply, and auxiliary panels. Paragraph 1, Item 3b is deleted and replaced with the following: A 15-amp auxiliary breaker shall supply power to the fan, light, and GFI outlet. Paragraph 1, Item 3c is supplemented with the following: Spare neutral buss bars shall be provided on the bottom left and right of the cabinet. Paragraph 1, Item 3 is supplemented with the following: g. A normally-open, 60-amp, solid-state device, "Crydom CWA 4850 relay" or approved equivalent. h. The power panel shall be covered by an easily removable, clear Plexiglas cover. Paragraph 1, Item 4 is supplemented with the following: Inside the police door there shall be a flash switch, which shall be the only switch on that panel. The switch shall have two positions, "Auto"and "Flash"' The up position shall be "Auto" and result in normal signal operation. The down position shall be "Flash" and will put the signal into flashing operation and apply stop time to the controller. The switch shall be a general-purpose bat style toggle switch with 0.688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. Paragraph 1, Item 6 is supplemented with the following: Cabinets shall be equipped with a NEMA TS2 Type 16 Malfunction Management Unit. Paragraph 1, Item 7, sub-paragraph 1 is deleted and the section is supplemented with the following: The detector interface panel shall support up to 32 channels of detection and four channels of preemption devices. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA61 PROJECT#215 CFW SPECIAL PROVISIONS VER 2020.06 Detector Racks Two vehicle detector amplifier racks and two detector interface panels shall be provided in each cabinet. Each rack shall support up to 16 channels of loop detection, one 4-channel preemption device, and one BIU. Paragraph 1, Item 8 is supplemented with the following: There shall be terminal strips for field wiring in the controller cabinet. The terminals shall be numbered in accordance to the field wiring chart included in these Specifications. A common buss bar with a minimum of 15 spare terminals shall be available after the cabinet is fully wired. In addition, a 15 terminal bar shall be provided for the pedestrian common and a terminal shall be provided for each signal head neutral. The buss bars shall be located on the left side wall of the cabinet. Only King County numbers shall be shown, as described in Section 8-20.3(8). Pedestrian Detector Field Wiring All pedestrian detectors shall be connected between logic ground and their appropriate field terminal. The terminals shall be grouped together and located in the lower left side panel. Main Panel and Wire Terminations All wires terminated behind the main panel and other panels shall be SOLDERED. No pressure or solderless connectors shall be used. Printed circuit boards shall NOT be used on main panels. Field Terminal Locations Field terminals shall be located at the bottom of the backboard. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the Screw type per NEMA TS2 5.3.6. Paragraph 1, Item 9 is supplemented with the following: The cabinet shall be provided with a thermostatically-controlled (adjustable between 80-150 degrees F) ventilation fan and shall be installed in the top of the cabinet plenum. Paragraph 1, Item 10 is deleted and replaced with the following: The cabinet shall have an incandescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the incandescent light. The lamp socket shall be placed on the circuit with convenience outlets which shall be protected by a circuit breaker rated at 25 amps. An incandescent 150-watt bulb shall be provided. Paragraph 1, Item 11 is supplemented with the following: CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT SP-162 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 All Controller and Malfunction Management Unit cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. Color Coding All cabinet wiring shall be color coded as follows: Purple = MMU Wiring Orange = Flash Color Programming Brown = Green Signal Wiring Yellow = Yellow Signal Wiring Red = Red Signal Wiring Blue = Controller wiring Gray = DC ground AC+ = Black AC- = White Chassis Ground = Green Paragraph 1 is supplemented with the following: 13. Main Panel Configuration - The main panel shall be fully wired in the following configuration: a) Sixteen (16) load sockets. b) Six (6) flash-transfer-relay sockets. c) One (1) flasher socket. d) Two (2) main panel rack slots for BTUs 1 and 2. Two rack slots for Terminal and Facilities BIU's 3 and 4 which shall be wired to numbered terminal strips. e) Wiring for 2 detector racks and 1 Type-16 MMU. 14. Lightning Suppression - The cabinet shall be equipped with an Innovative Technologies Model HS-P-SP-120A-60A-RJ or approved equivalent surge arrester. 15. Convenience Outlets - One convenience outlet with a ground fault interrupter and a second convenience outlet without ground fault interrupter shall be furnished in the cabinet(s). The ground fault outlet shall be mounted one on right side of the cabinet, near the top shelf, and the non-ground fault outlet shall be mounted on the left side of the cabinet, near the top shelf. No outlets shall be mounted on the door. The convenience outlets shall be placed on the circuit with the lamp socket which shall be protected by a circuit breaker rated at 25 amps. 16. Loop Detector Units: (a) Cabinets shall be supplied with eight 4-channel loop detectors minimum or sixteen 4-channel loop detectors maximum as shown on the Plans. Loop detectors shall meet TS2 Specifications. (b) Equipment and loop detection for advanced loops shall be as shown in the plans. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-163 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 17. Telemetry Interface Panel -All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the master cabinet. In addition, every cabinet shall also be wired for transient suppression (Model # EDCO PC642C-00-AD or approved equivalent). 18. Preemption - The cabinet shall be completely wired to accept and service calls from GTT (formerly 3M) Opticom, Model 764 multimode phase-selector modules and their related optical-detector units. 19. Buss Interface Unit - Buss interface units (BIUs) shall meet all TS2- 1992 Section 8 requirements. In addition, all BTUs shall provide separate front panel indicator light emitting diode (LEDs) for Valid Data. 20. Cabinet Power Supply -The cabinet power supply shall as a minimum meet all TS2-1992, Section 5.3.5 requirements. All power supplies shall also provide a separate front panel indicator LED for each of the four outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. 21. Fiber Optic Interconnect - The cabinet shall be furnished with equipment to accommodate the fiber optic interconnect cable including an IFS model D9130 fiber to serial modem or approved equal and RuggedCom brand Ethernet switch(s) including RuggedSwitch RS90OG (fiber only), RuggedSwitch RS900L (fiber and copper) and/or RuggedSwitch RS930L (copper only) or approved equal(s). 22. Inside Control Panel Switches - Service Panel Switches (a) Power Switches. There shall not be a main power switch inside the cabinet(s) that shall render all control equipment electrically dead when turned off. There shall be a controller power switch that shall render the controller and load switching devices electrically dead while maintaining flashing operation for purposes of changing the controller or load switching devices. The switch shall be a general-purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (b) Stop Tune Switch: There shall be a 3-position switch located inside the cabinet door identified as the Stop Time switch. Its positions shall be labeled "Normal" (up), "Off" (center), and "On" (down). With the switch in its Normal position, a stop timing command may be applied to the controller by the police flash switch or the conflict monitor unit. When the switch is in its "Off" position, stop-timing commands shall be removed from the controller. The "On" position of the switch shall cause the controller to stop timing. The switch shall be a general-purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (c) Technician Flash Switch: There shall be a switch inside the cabinet to place the signal in flashing operation while the controller continues to operate. This flash shall have no effect on the operation of the controller or conflict monitor. The switch shall CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA64 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 be a general-purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (d) Detector Test Switches; All eight controller phase inputs shall have push button momentary test switches. Each switch shall be connected to the first channel of each detector card input to the BIU. All eight pedestrian phases shall have push button momentary test switches by phase. These switches shall be located inside the cabinet door and labeled by associated phase number. A see-through Plexiglas cover shall cover all detector disconnect/test switches. (e) Preempt Test Switches: All Six preempt inputs shall have disconnect/test switches. These switches shall have three positions labeled "Normal" (up) which shall connect the controller to the Opticom output: "Off" (center) which shall isolate the controller from the Opticom output: and "Test" (down) which shall provide a momentary true input to the controller. (f) Switches shall be in groups of eight (8), matching the phase groupings of the intersection. Section 9-29.13(10)C is supplemented with the following: "Plug and Play" Cabinets are not acceptable. "Modular" Main Panels shall not be permitted. Section 9-29.13(10)C is modified as follows: Paragraph 1, Item 1 is deleted and replaced with the following: Cabinet Construction A complete NEMA TS2 Type 1 eight-phase cabinet shall be supplied and installed by the Contractor. The size of the cabinet shall be Type 6 (P 55"). Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication No. TS2-1998. Where differences occur, this Specification shall govern. The cabinets shall meet the following criteria: 1. Material shall be 5052-H32 0.125-inch-thick aluminum. 2. The cabinet shall be supplied with a natural finish inside and out, unless otherwise specified. 3. The door hinge shall be of the continuous type with a stainless steel hinge pin. 4. All external fasteners shall be stainless steel. 5. The door handle shall be cast aluminum. 6. All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. Paragraph 1, Item 2 is deleted and replaced with the following: CITY OF FEDERAL WAY SW 356TM STREET PRESERVATION PROJECT SPA65 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, rotating or relocating one device to remove another. Shelf Height The cabinet shall be supplied with two removable shelves manufactured from 5052-H32 aluminum. The shelves must have the ability of being removed and reinstalled WITHOUT the use of hand tools. Paragraph 1, Item 4 is supplemented with the following: Air Filter Assembly The cabinet air filter shall be a one-piece removable, noncorrosive, vermin- and insect-proof air filter and shall be secured to the air entrance of the cabinet. Paragraph 1 is supplemented with the following: 6. Additional Panel Space - Adequate space shall be left open for the addition of a master interface panel and an AVI interface panel. 9-29.18 Vehicle Detector 9-29.18 3 Video Detection System, (June 12, 2020 CFW GSP) Section 9-29.18(3) is a new section: All video detection system items and materials furnished shall be new, unused, current production models installed and operational in a user environment and shall be items currently in distribution. The products shall have a proven record of field use at other installations for at least two (2) years of service not including prototype field trials prior to installation. Contractor shall provide Econolite AutoScope Vision, Trafficon, GRIDSMART or approved equal video detection system. Approved equal video detection systems shall meet the following: General The detection of vehicles passing through the field-of-view of an image sensor shall be made available to a large variety of end user applications as simple contact closure outputs that reflect the current real-time detector or alarm state (on/off) or as summary traffic statistics that are reported locally or remotely. The contact closure outputs shall be provided to a traffic signal controller and comply with the National Electrical Manufacturers Association (NEMA) type C or D detector rack file standards. The system architecture shall fully support Ethernet networking of system components through a variety of industry standard and commercially available infrastructures that are used in the traffic industry. The data communications shall support direct connect, modem and multi-drop interconnects. Simple, standard Ethernet wiring shall be supported to minimize overall system cost and improve reliability, utilizing existing infrastructure and ease of system installation and maintenance. Both streaming video and data communications shall be capable of being interconnected over long distance through fiber optic, CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-166 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 microwave or other commonly used digital communications transport configurations. In terms of the software application side of the network, the system shall be integrated through a client-server relationship. A communications server application shall provide the data communications interface between as few as one to as many as hundreds of Machine Vision Processors (MVP) sensors (otherwise referred to as video detection cameras with built in processors) and a number of client applications. The client applications shall either be hosted on the same PC as the communications server or may be distributed over a local area network of PC's using the industry standard TCP/IP network protocol. Multiple client applications shall execute simultaneously on the same host or multiple hosts, depending on the network configuration. Additionally, a web- browser interface shall allow use of industry standard internet web browsers to connect to MVP sensors for setup, maintenance and playing digital streaming video. Approved equal GRIDSMART systems shall track individual vehicles entering the field of vision through detection zones from one camera located in the intersection, collect 24-hour approach volume, turning movement, and vehicle classification count data, and signal performance metrics. Larger intersections may require 2 cameras to include all advanced detection zones. System Hardware The video detection system hardware shall consist of the following components: 1. A color, 22x zoom Machine Vision Processor (MVP) sensor. 2. A modular cabinet interface unit. 3. A communication interface panel. 4. Surge suppresser/ lightning protection. 5. A portable color monitor to be permanently placed within the signal controller cabinet. 6. All other necessary equipment for setup, maintenance and operation of the video detection system including but not limited to programming device and specialty tools. The real-time performance shall be observed by viewing the video output from the sensor with overlaid flashing detectors to indicate current detection state (on/off). The MVP sensor shall be capable of optionally storing cumulative traffic statistics internally in non-volatile memory for later retrieval and analysis. The MVP shall communicate to the modular cabinet interface unit via the communications interface panel and the software applications using the industry standard TCP/IP network protocol. The MVP shall have a built-in, Ethernet- ready, Internet Protocol (IP) address and shall be addressable with no plug in devices or converters required. The MVP shall provide standard MPEG-4 streaming digital video. Achievable frame rates vary from 5 to 30 frames per second as a function of video quality and available bandwidth. The modular cabinet interface unit shall communicate directly with up to eight (8) MVP sensors and shall comply with form factor and electrical characteristics to CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA67 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 plug directly into a NEMA type C or D detector rack providing up to thirty-two (32) inputs and sixty-four (64) outputs to a traffic signal controller. The communications interface panel shall provide four (4) sets of three (3) electrical terminations for three wire power cables for up to eight (8) MVP sensors that may be mounted on a pole or mast arm with a traffic signal cabinet or junction box. The communication interface panel shall provide high-energy transient protection to electrically protect the modular cabinet interface unit and connected MVP sensors. The communications interface panel shall provide single-point Ethernet connectivity via RJ45 connector for communication to and between the modular cabinet interface module and the MVP sensors. The Gridsmart detection system shall consist of the following components and (part numbers): 1. One GRIDSMART ultra-wide angle fisheye camera with sealed enclosure. (GS-3-CAM) A second camera may be required at larger intersections as determined by the City Traffic Engineer. 2. One GRIDSMART GS2 Processing Unit, rack or shelf mount with two camera interface and GRIDSMART software. (GS-3-GS2) 3. One GRIDSMART TS2 Connector Kit for GS-3-GS2, includes SDLC connector to be used for TS2 environments. (GS2-TS2-OPT) 4. One SDLC Patch Cable, 6ft minimum. (WPS-SDLC) 5. One Swivel Bracket Camera Mounting Hardware with junction box and connector. (GS-3-SMC) 6. One Standard Cable Clamp, 66" cable length, natural aluminum finish. (SBC66-SCK) 7. One Video Detection Camera Mounting Arm Pole, 90 degrees, 58". (GS- 3-A58) 8. Up to 300 feet of Detection Comm Cable, Ethernet, Cat 5E 350Mhz, outdoor rated, direct burial, CMX, Shielded, Gel. (CATS) System Software The MVP sensor embedded software shall incorporate multiple applications that perform a variety of diagnostic, installation, fault tolerant operations, data communications, digital video streaming and vehicle detection processing. The detection shall be reliable, consistent and perform under all weather, lighting and traffic congestion levels. An embedded web server shall permit standard internet browsers to connect and perform basic configuration, maintenance and video streaming services. There shall be a suite of client applications that reside on the host client/server PC. The applications shall execute under Microsoft Windows 7, Vista or XP. Client applications shall include: 1. Master network browser: Learn a network of connected modular cabinet interface units and MVP sensors, display basic information and launch applications software to perform operations within that system of sensors. 2. Configuration setup: Create and modify detector configurations to be executed on the MVP sensor and the modular cabinet interface unit. 3. Operation log: Retrieve, display and save field hardware run-time operation logs of special events that have occurred. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 68 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 4. Streaming video player: Play and record streaming video with flashing detector overlay. 5. Data retrieval: Fetch once or poll for traffic data and alarms and store on PC storage media. 6. Communications server: Provide fault-tolerant, real-time TCP/IP communications to/from all devices and client applications with full logging for systems integration. The Gridsmart software system shall consist of the following: 1. The latest version of the GRIDSMART Client Software with virtual pan-tilt- zoom functionality. Shall allow the Engineer to configure, view, and manage intersection detection in real time. The system shall be able to automatically email the Engineer reports and alerts. 2. The latest version of the GRIDSMART Performance module which provides counting, classification, turning movements, and signal performance metrics. (GS-3-PFM) Additional GRIDSMART software modules requested by the City Traffic Engineer may include, but are not limited to the following: 1. Performance Plus module 2. Pedestrian module 3. STREETSMART congestion management technology Machine Vision Processor (MVP) Sensor The MVP sensor shall be an integrated imaging color CCD array with zoom lens optics, high-speed, dual-core image processing hardware bundled into a sealed enclosure. The CCD array shall be directly controlled be the dual-core processor, thus providing high-quality video for detection that has virtually no noise to degrade detection performance. It shall be possible to zoom the lens as required for setup and operation. It shall provide JPEG video compression as well as standard MPEG-4 digital streaming video with flashing detector overlay. The MVP shall provide direct real-time iris and shutter speed control. The MVP image sensor shall be equipped with an integrated 22x zoom lens that can be changed using configuration computer software. The digital streaming video output and all data communications shall be transmitted over the three-wire power cable. The MVP sensor shall operate on 110/220 VAC, 50/60Hz at a maximum of 25 watts. The camera and processor electronics shall consume a maximum of 10 watts and the remaining 15 watts shall support an enclosure heater. Placement of detection zones shall be by means of a PC with a Windows 7, Vista or XP operating system with a keyboard and mouse. The detection zones shall be superimposed on images of the traffic scenes and viewable as such on the PC monitor. The detection zones shall be created by using a mouse to draw the detection zones on the PC monitor. Using the mouse and keyboard it shall be possible to place, size and orient detection zones to provide optimal road coverage for vehicle detection. It shall be possible to download detector configurations from the PC to the MVP sensor and cabinet interface module, to CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA69 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 retrieve the detector configuration that is currently running in the MVP sensor and to back up detector configurations by saving them to a PC storage device. The video detection system shall optimally detect vehicle passage and presence when the MVP sensor is mounted thirty (30) feet or higher above the roadway, when the image sensor is adjacent to the desired coverage area and when the distance to the farthest detection zone locations are not greater than ten (10) times the mounting height of the MVP. The recommended deployment geometry for optimal detection also requires that there be an unobstructed view of each traveled lane where detection is required. Although optimal detection may be obtained when the MVP is mounted directly above the traveled lanes, the MVP shall not be required to be directly over the roadway. The MVP shall be able to view either approaching or receding traffic or both in the same field of view. The preferred MVP sensor orientation shall be to view approaching traffic since there are more high contrast features on vehicles as viewed from the front rather than the rear. The MVP sensor placed at a mounting height that maximizes vehicle image occlusion shall be able to simultaneously monitor a maximum of six (6) traffic lanes when mounted at the road-side or up to eight (8) traffic lanes when mounted in the center with four lanes on each side. Modular Cabinet Interface Unit The modular _cabinet interface unit shall provide the hardware and software means for up to eight (8) MVP sensors to communicate real-time detection states and alarms to a local traffic signal controller. It shall comply with the electrical and protocol specifications of the detector rack standards. The card shall have 1500 Vrms isolation between rack logic ground and street wiring. The modular cabinet interface unit shall be a simple interface card that plugs directly into a NEMA type C or D detector rack. The modular cabinet interface unit shall occupy only two (2) slots of the detector rack. The modular cabinet interface unit shall accept up to sixteen (16) phase inputs and shall provide up to twenty-four(24) detector outputs. Communications Interface Panel The communications interface panel shall support up to eight (8) MVP sensors and shall accept 110/220 VAC, 50/60 Hz Power. The communications interface panel shall provide predefined wire termination blocks for MVP sensor power connections, a Broadband-over-Power-Line (BPL) transceiver to support up to 10Mb/s interdevice communications, electrical surge protectors to isolate the modular cabinet interface unit and MVP sensors and an interface connector to cable directly to the modular cabinet interface unit. The communications interface panel shall provide power for up to eight (8) MVP sensors, taking local line voltage 110/220 VAC, 50/60 Hz and producing 110/220 VAC, 50/60 Hz, at about 30 watts to each MVP sensor. Two 1.25 amp SLO-BLO fuses shall protect the communications interface panel. Surge Suppressor An EDCO CX06-BNCY or approved equal transient surge suppressor shall be provided for each MVP sensor. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-170 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Installation and Training The product supplier of the video detection system shall supervise the installation and the testing of the video equipment. A factory certified representative from the manufacturer shall be on-site during installation. The factory representative shall install, make fully operational, and test the system as indicated on the intersection drawings and this specification. One day of training shall be provided to personnel of the City of Federal Way and King County in the operation, set-up and maintenance of the video detection system. Instruction and materials shall be produced for a maximum of 7 persons and shall be conducted at the City of Federal Way City Hall or King County signal shop. Warranty The video detection system shall be warranted against manufacturing defects in materials and workmanship for a period of no less than three (3) years from date of installation. The video detection supplier shall provide all documentation necessary to maintain and operate the system. The supplier shall maintain a program for technical support and software updates following the expiration of the warranty period. 9-29.19 Pedestrian Push Buttons (February 15, 2019 CFW GSP) Section 9-29.19 is deleted and replaced with the following: The Contractor shall provide and install accessible pedestrian pushbuttons and signs, as shown on the Plans. The position of the pedestrian pushbuttons shall be located in a manner such that the tactile arrow is aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve; however final positioning for the optimum effectiveness shall be approved by the Engineer. Accessible Pedestrian Pushbutton units shall be Campbell Company Guardian Model Advisor Guide Accessible Pedestrian Station (AGPS) or approved equal. The station shall have a black body color and white actuator button and shall meet the following requirements: Pushbuttons shall be mounted to the poles by means of stainless steel bolts. All mountings shall be securely fastened as approved by the Engineer. The sign legend to be used shall be sign designation R10-3e and shall be nine (9) inches by fifteen (15) inches. All mounting bolts shall be non-corrosive stainless steel. The pedestrian pushbutton housing shall be aluminum and shall be painted black. Unit(s) shall operate at a temperature range of -35C to 85C. Power requirements shall be 120 VAC, 60 Hz (100 ma, typical +/- 20%). Pedestrian indicators shall include an audible speaker, call confirmation LED and vibrotactile arrow. The audible speaker shall be programmable to have a button locator tone, acknowledgement tone/message, walk cycle tone/message and clearance tone/message. The unit(s) shall have automatic volume controls for CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA71 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 message strength over ambient noise levels. The walk tone/message shall be programmable to stop with the walk signal or other user settable time. The unit(s) shall be user settable for Accessible Pedestrian Signal (APS) message initiation with an extended press or on call. The call confirmation LED shall be red with 160 degree view ability and once activated shall remain illuminated until the corresponding walk indication is given. An audible acknowledgement message of "WAIT' shall accompany each activation of the call confirmation LED. The locator tone shall be active for a time of 0.15 seconds or less and shall repeat at 1 second intervals. The locator tone shall be intensity responsive to ambient sound and be audible from six (6) feet to twelve (12) feet from the pushbutton with a maximum of 5 dBA louder than ambient sound. A walk cycle audible message shall be set for each pushbutton unit and shall be patterned after the model: "Broadway. Walk sign is on to cross Broadway." The walk cycle message shall be intensity responsive to ambient sound with a volume 5 dBA above ambient sound up to a maximum volume of 100 dBA. The walk cycle message shall be audible from the beginning of the associated crosswalk during the walk interval only. The vibrotactile arrow shall be located on the pushbutton and shall have high visibility contrast of either light on dark or dark on light. The pushbutton units shall be installed in a manner such that the vibrotactile arrow is aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve. The vibrotactile arrow shall activate with the walk cycle. SECTION 9-34 PAVEMENT MARKING MATERIAL 9-34.3 Plastic 9-34.3(4) Type D — Liquid Cold Applied Methyl Methacrylate (March 13, 2012 CFW GSP) Section 9-34.3(4) is supplemented with the following: The methyl methacrylate (MMA) material shall be formulated as a long-life durable pavement marking system capable of providing a minimum of two years of continuous performance. The material shall be a catalyzed methyl methacrylate (MMA), wet-continuous reflective product and placed shall have a dry time (cure) to the touch of no more than 30 minutes. The material shall be capable of retaining reflective glass beads and ceramic micro-crystalline elements of the drop-on or spray-on type as specified by the manufacturer. The binder shall be lead free and suitable for bituminous and concrete pavements. 9-34.4 Glass Beads for Pavement Markin Materials (March 13, 2012 CFW GSP) Section 9-34.4 is supplemented with the following: Methyl Methacrylate Pavement Markings Optics Glass Beads CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT SP-172 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Surface-drop glass beads shall be the "Utah Blend" with a Methacrylate compatible coupling agent approved by the material manufacturer. Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded Core Elements Surface-drop ceramic elements shall be the Series 50M or 70M with a Methacrylate compatible coupling agent approved by the material manufacturer. Elements shall meet or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM 2176. The bonded core reflective elements shall contain either clear or yellow tinted microcrystalline ceramic beads bonded to the opacified core. These elements shall not be manufactured using lead, chromate or arsenic. All "dry-performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when tested using the liquid oil immersion method. All "wet performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 2.30 when tested using the liquid oil immersion method. There are two gradations for the bonded core elements, standard size and "S" series. "S" series is a slightly finer gradation of elements compared to standard. Element Gradations Mass Percent Passing (ASTM D1214) US Mesh Micron I Standard Elements "S" Series 12 1700 80-100 85-100 14 1410 45-80 70-96 16 1180 5-40 50-90 18 1000 0-20 5-60 20 850 0-7 0-25 30 600 0-7 A sample of bonded core reflective elements supplied by the manufacturer shall show resistance to corrosion of their surface after exposure to a 1% solution (by weight) of sulfuric acid. The 1% acid solution shall be made by adding 5.7 cc of concentrated acid into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the water, not the reverse. The bonded core elements are surface treated to optimize embedment and adhesion to the MMA binder. Elements treated for use with MMA shall have identification on packaging or label to indicate use with the MMA binder. Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. Reflectance Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity is averaged over many readings. Minimum Retro reflectivity results represent average performance for smooth pavement surfaces. Values represent both standard CITY OF FEDERAL WAY SW 356TM STREET PRESERVATION PROJECT SP-173 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 and "S" Series elements. Results may vary due to differences in pavement type and surface roughness. Increased element drop rate may be necessary to compensate for increased surface area characteristic of rough pavement surfaces. The initial retro reflectance of a single installation shall be the average value determined by the measurement procedures outlined in ASTM E 1710, using a 30-meter (98.4 feet) retro- reflectometer. RL shall be expressed in units of millicandelas per square foot per foot- candle [mcd(ft-2)(fc-1)]. The optics incorporated into the pavement marking system shall be tested and certified by an independent laboratory to meet ASTM E2177 for wet-recovery and ASTM E2176 for wet-continuous performance levels. The pavement marking system installed shall meet a minimum Dry reflectance value of 700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement markings and wet-recovery (as described by ASTM 2177) reflectance value of 375 MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement markings, and wet-continuous (as described by ASTM 2176 testing) reflectance values of 150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow pavement markings as measured with a 30 meter device approved by the Traffic Engineering Division (TED). The Contractor will be required to take and record readings every 500 feet utilizing a 30 meter device approved by the Traffic Engineering Division. These readings shall be recorded on the daily report and submitted to the project engineer at the end of each work day or shift. Minimum Initial Retro Reflectance Values _ White Yellow Dry (ASTM E1710) 700 500 Wet recovery (ASTM E2177) 3751 280 Wet continuous (ASTM E2176) 150 125 Standard Plans (February 5, 2020 WSDOT) The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 16-048, effective September 3, 2019 is made a part of this contract. The Standard Plans are revised as follows: A-50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-14a is revised to C-70.10 A-50.20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C-14a is revised to C-70.10 A-50.30 Sheet 2 of 2, Plan (top), reference C-14a is revised to C-70.1 B-10.60 CITY OF FEDERAL WAY SW 356T"STREET PRESERVATION PROJECT SP-174 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 DELETED B-82.23 DELETED B-90.40 Valve Detail — DELETED C-1 Delete Note 1. Revise Note 2 to read "Remove all rail washers, also called "Snow Load Rail Washers", when encountered during raising beam guardrail work and the guardrail raising work requires removal of the rail. Re-number all notes. C-4b DELETED C-4e DELETED C-8a Delete "Section A-A, Type 4 Detail" C-20.11 Delete Notes 1 & 2. Re-Number all notes. Delete "Snow Load Post Washer" and "Snow Load Rail Washer" details. C-20.19 DELETED C-22.14 DELETED C-22.16 Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 31" is revised to read. "Elevation G = (Elevation S — D x (0.1) + 31/12" C-22.45 For the SOFTSTOP (TL-2) elevation view detail, the callout "SOFTSTOP (TL-2) SYSTEM LENGTH = 38' — 4 1/2" is revised to read "SOFTSTOP (TL-2) SYSTEM LENGTH = 38'—3 1/2"". C-40.14 DELETED C-60.10 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-175 PROJECT#216 CFW SPECIAL PROVISIONS VER. 2020.06 Sheet 1, Side Elevation: The bottom set of ; 1 ; #4 horizontal rebar (2x) located at the base of the barrier is repositioned to be aligned with the bottom of (�)- #4 stirrup bars to match the bar positioning shown on Sheet 1, Section A. Sheet 1, Reinforcing Steel Bending Diagram, @)— Pin Slot Bar detail: Add the following callout to the detail, "HOT DIP GALVANIZE AFTER FABRICATION (ASTM A123 OR AASHTO M 111)". Sheet 2, ANCHORING PIN ASSEMBLY DETAIL: The first line of the description under the title was 1 1/2" DIAMETER (ASTM A36), COLD ROLL" is now changed to 1 1/2" DIAMETER (ASTM A36), HOT ROLL". C-70.10 Sheet 1, Note 1 was — 1. PERMANENT INSTALLATION requirements: Embed barrier 3" (in) minimum;..." is revised to read: 1. Installation requirements:: Embed barrier 3" (in) minimum in asphalt or concrete; embed barrier 10" (in) minimum in soil; ..." Sheet 1, existing Notes 2 and 4 are deleted. Existing Note 3 is renumbered to Note 2. Sheet 1, add new Note 3, "3. See Sheet 2 for barrier with a 2'-10" reveal installed in asphalt or concrete. See Sheet 3 for barrier with a 3'-6" reveal installed in asphalt or concrete." Sheet 1, Elevation: The dimension from the barrier end to the barrier lifting slot was "T— 4" (TYP)" is now changed to "4'— 8" (TYP)", and the barrier lifting slot dimension was "5' — 0" (TYP)" is now changed to "3'— 0" (TYP)". Sheet 2, the detail titled "3' — 6" BARRIER FOR USE WITH A 0" (IN) TO 5" (IN) MAX. GRADE SEPARATION" has the following changes: 1. The detail title is changed to "3' — 6" BARRIER FOR USE WITH A 0" (IN) TO 4" (IN) MAX. GRADE SEPARATION". 2. The callout "GRADE SEPARATION--5" MAX." is changed to "GRADE SEPARATION-- 4" MAX." C-75.10 Note 2 is deleted. Renumber subsequent notes. C-75.20 Note 2 is deleted. Renumber subsequent notes. C-75.30 Note 2 is deleted. Renumber subsequent notes. C-85.11 Add new Note 3 "3. The intended use of this plan is for placing concrete barrier in front of bridge piers on bridge retrofit projects only. Contact the HQ Bridge traffic barrier specialist before using this barrier placement plan for projects involving new or reconstructed bridges." C-85.14 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-176 PROJECT#215 CFW SPECIAL PROVISIONS VER 2020.06 DELETED C-90.10 DELETED D-10.10 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.15 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.30 Wall Type 5 may be used in all cases. D-10.35 Wall Type 6 may be used in all cases. D-10.40 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.45 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum. D-15.10 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.20 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.30 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA77 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 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 H-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 Note 18, was— "When service cabinet is installed within right of way fence, see Standard Plan J-10.22 for details." Is revised to read; "When service cabinet is installed within right of way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan J-10.22 for details." J-10.22 Key Note 1, was — "Meter base per serving utility requirements— as a minimum, the meter base shall be safety socket box with factory-installed test bypass facility that meets the requirements of EUSERC drawing 305." Is revised to read; "Meter base per serving utility requirements— as a minimum, the meter base shall be safety socket box with factory-installed test bypass facility that meets the requirements of EUSERC drawing 305. When the utility requires meter base to be mounted on the side or back of the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless steel." CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-178 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 120/277 volt "T" rated). Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp - 120/277 volt "T" rated)." Key Note 14, was - "Hinged dead front with '/4 turn fasteners or slide latch." Is revised to read; "Hinged dead front with '/4 turn fasteners or slide latch. - Dead front panel bolts shall not extend into the vertical limits of the breaker array(s)." Key Note 15, was - "Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See Cabinet Main bonding Jumper detail, Standard Plan J-3b." is revised to read; "Cabinet Main Bonding Jumper Assembly - Buss shall be 4 lug tinned copper - See Standard Plan J-10.20 for Cabinet Main Bonding Jumper Assembly details." 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-10.20." 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 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout-"ANCHOR BOLTS - W (IN) x 30" (IN) FULL THREAD - THREE REQ'D. PER ASSEMBLY" IS REVISED TO READ: "ANCHOR BOLTS - W (IN) x 30" (IN) FULL THREAD - FOUR REQ'D. PER ASSEMBLY" Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYR)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2#4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the 2 '/z' CLR. dimension, depicting the distance from the bottom of the foundation to find 1 #4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), acid dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2#4 reinf. Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 #4 reinf. Bar. Detail F, callout, "Heavy Hex Clamping Bolt (TYR) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYR) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)" Detail F, callout, "3/4" (IN) x 2' - 6" Anchor Bolt (TYR) - Four Required (See Note 4)" is revised to read; "3/4" (IN) x 2'-6"Anchor Bolt (TYR) -Three Required (See Note 2)" J-21.15 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-179 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020 06 Partial View, callout, was - LOCK NIPPLE - 1 '/" DIAM., is revised to read; CHASE NIPPLE - 1 %" (IN) DIAM. J-21.16 Detail A, callout, was- LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x) Detail A, callout, was - LOCK NIPPLE - 1 1/2" DIAM. is revised to read; CHASE NIPPLE 1 %" (IN) DIAM. J-28.24 Case E and Case F Section View dimension callout, "3' - 0" MIN. FOR BEAM GUARDRAIL, 4' - 0" MIN. FOR CONC. BARRIER TYPE 2" is revised to read, "5' - 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 2, Detail F, callout, 12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER" is revised to read; "12 - 13 x 1 %" S.S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER" J-75.20 Key Notes, note 16, second bullet point, was: 1/2" (IN) x 0.45" (IN) Stainless Steel Bands", add the following to the end of the note: "Alternate: Stainless steel cable with stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel bands and associated hardware." J-81.10 Power Distribution Block Diagram, lower left corner, Sheet 1 of 3; Switch Pack 2; circuit 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 of Type 2 concrete barrier (See Standard Plan C-8) on cement concrete pavement, bridge decks, or hot mix asphalt pavement, and Type F concrete barrier on cement concrete 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 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 80 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 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 of Type F NARROW BASE concrete barrier (See Standard Plan C-60.10) or Type 4 (Type 2 Narrow Base — See Std. Plan C-8a) Concrete Barrier on cement concrete pavement, 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 Double-Left Turn Channelization (with Right Turn Pocket) view, dimension, upper left corner, "taper" dimension; callout — was "40' if Posted Speed is 40 MPH or less 100' if Posted Speed is more than 40 MPH" is revised to read; "See Contract" M-5.10 Right-Turn Channelization view, dimension, upper right corner, "taper" dimension; callout —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-40.00-00.........8/11/09 A-50.30-00.. ....11/17/08 A-10.20-00......10/5/07 A-40.10-04.........7/31/19 A-50.40-00.......11/17/08 A-10.30-00......10/5/07 A-40.15-00.........8/11/09 A-60.10-03........12/23/14 A-20.10-00......8/31/07 A-40.20-04.._....1/18/17 A-60.20-03.........12/23/14 A-30.10-00......11/8/07 A-40.50-02.........12/23/14 A-60.30-01..........6/28/18 A-30.30-01......6/16/11 A-50.10-00.......11/17/08 A-60.40-00..........8/31/07 A-30.35-00.......10/12/07 A-50.20-01.. ......9/22/09 B-5.20-02........1/26/17 B-30.50-03.........2/27/18 B-75.20-02----------2/27/18 B-5.40-02.........1/26/17 B-30.70-04.........2/27/18 B-75.50-01..........6/10/08 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-181 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 B-5.60-02.........1/26/17 B-30.80-01..........2/27/18 B-75.60-00............6/8/06 B-10.20-02........3/2/18 B-30.90-02........1/26/17 B-80.20-00.........6/8/06 B-10.40-01........1/26/17 B-35.20-00..........6/8/06 B-80.40-00.........6/1/06 B-10.70-00...... 1/26/17 B-35.40-00..........6/8/06 B-85.10-01.........6/10/08 B-15.20-01........2/7/12 B-40.20-00..........6/1/06 B-85.20-00..........6/1/06 B-15.40-01........2/7/12 B-40.40-02........1/26/17 B-85.30-00..........6/1/06 B-15.60-02........1/26/17 B-45.20-01..........7/11/17 B-85.40-00..........6/8/06 B-20.20-02.......3/16/12 B-45.40-01..........7/21/17 B-85.50-01.........6/10/08 B-20.40-04.......2/27/18 B-50.20-00..........6/1/06 B-90.10-00..........6/8/06 B-20.60-03.......3/15/12 B-55.20-02..........2/27/18 B-90.20-00..........6/8/06 B-25.20-02........2/27/18 B-60.20-01..........6/28/18 B-90.30-00..........6/8/06 B-25.60-02.........2/27/18 B-60.40-01..........2/27/18 B-90.40-01..........1/26/17 B-30.10-03.........2/27/18 B-65.20-01..........4/26/12 B-90.50-00..........6/8/06 B-30.15-00.... ...2/27/18 B-65.40-00..........6/1/06 B-95.20-01..........2/3/09 B-30.20-04.........2/27/18 B-70.20-00..........6/1/06 B-95.40-01..........6/28/18 B-30.30-03.........2/27/18 B-70.60-01..........1/26/17 B-3 0.40-03..........2/27/18 C-1....................6/28/18 C-20.15-02..........6/11/14 C-40.18-03........7/21/17 C-1 a.................7/14/15 C-20.18-03..........8/12/19 C-60.10-00.......8/22/19 C-1 b...................8/12/19 C-20.19-03..........8/12/19 C-70.10-01........6/17/14 C-1 d................10/31/03 C-20.40-07..........8/12/19 C-75.10-01........6/11/14 C-2c..................8/12/19 C-20.41-02..........8/12/19 C-75.20-01........6/11/14 C-4f...................8/12/19 C-20.42-05..........7/14/15 C-75.30-01........6/11/14 C-6a................10/14/09 C-20.45.02...........8/12/19 C-80.10-01........6/11/14 C-7.....................6/16/11 C-22.16-06........7/21/17 C-80.20-01........6/11/14 C-7a...................6/16/11 C-22.40-07........8/12/19 C-80.30-01........6/11/14 C-8.....................2/10/09 C-22.45-04........8/12/19 C-80.40-01........6/11/14 C-8a...................7/25/97 C-23.60-04........7/21/17 C-80.50-00........4/8/12 C-8b....................2/29/16 C.24.10-02........8/12/19 C-85.10-00........4/8/12 C-8e....................2/21/07 C-25.20-06........7/14/15 C-85.11-00........4/8/12 C-8f.....................6/30/04 C-25.22-05........7/14/15 C-85.14-01........6/11/14 C-16a.................7/21/17 C-25.26-04........8/12/19 C-85.15-01........6/30/14 C-20.10-05.........8/12/19 C-25.30-00.......6/28/18 C-85.16-01........6/17/14 C-20.11-00..... ..7/21/17 C-25.80-05........8/12/19 C-85-18-01........6/11/14 C-20.14-04..........8/12/19 C-40.16-02........7/2/12 C-85.20-01........6/11/14 D-2.04-00........11/10/05 D-2.48-00........11/10/05 D-3.17-02......5/9/16 D-2.06-01........1/6/09 D-2.64-01........1/6/09 D-4.................12/11/98 D-2.08-00........11/10/05 D-2.66-00........11/10/05 D-6...................6/19/98 D-2.14-00........11/10/05 D-2.68-00........11/10/05 D-10.10-01......12/2/08 D-2.16-00........11/10/05 D-2.80-00........11/10/05 D-10.15-01......12/2/08 D-2.18-00........11/10/05 D-2.82-00........11/10/05 D-10.20-01.........8/7/19 D-2.20-00........11/10/05 D-2.84-00........11/10/05 D-10.25-01.........8/7/19 D-2.32-00........11/10/05 D-2.86-00........11/10/05 D-10.30-00.........7/8/08 D-2.34-01........1/6/09 D-2.88-00........11/10/05 D-10.35-00.........7/8/08 D-2.36-03........6/11/14 D-2.92-00..... ..11/10/05 D-1 0.40-01......12/2/08 D-2.42-00........11/10/05 D-3.09-00........5/17/12 D-10.45-01......12/2/08 D-2.44-00........11/10/05 D-3.10-01......5/29/13 D-2.60-00........11/10/05 D-3.11-03.. .6/11/14 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SP-182 PROJECT#215 CFW SPECIAL PROVISIONS VER. 2020.06 D-2.62-M.......11/10/05 D-3.15-02,.....6/10/13 D-2.46-01........6/11/14 D-3.16-02..... 5/29/13 E-1....................2/21/07 E-4....................8/27/03 E-2....................5/29/98 E-4a..................8/27/03 F-10.12-03.......6/11/14 F-10.62-02........4/22/14 F-40.15-03........6/29/16 F-10.16-00.......12/20/06 F-10.64-03........4/22/14 F-40.16-03........6/29/16 F-10.18-01.........7/11/17 F-30.10-03........6/11/14 F-45.10-02........7/15/16 F-10.40-03...........6/29/16 F-40.12-03........6/29/16 F-80.10-04........7/15/16 F-10.42-00.........1/23/07 F-40.14-03........6/29/16 G-10.10-00........9/20/07 G-25.10-04.......6/10/13 G-95.10-02........6/28/18 G-20.10-02........6/23/15 G-26.10-00.. ...7/31/19 G-95.20-03........6/28/18 G-22.10-04..........6/28/18 G-30.10-04.......6/23/15 G-95.30-03........6/28/18 G-24.10-00......11/8/07 G-50.10-03.... . 6/28/18 G-24.20-01......2/7/12 G-90.10-03..... 7/11/17 G-24.30-02......6/28/18 G-90.11-00. 4/28/16 G-24.40-07.....6/28/18 G-90.20-05... ...7/11/17 G-24.50-05.....8/7/19 G-90.30-04......7/11/17 G-24.60-05.....6/28/18 G-90.40-02... ...4/28/16 H-10.10-00..........7/3/08 H-32.10-00.......9/20/07 H-70.10-01......2/7/12 H-10.15-00..........7/3/08 H-60.10-01.........7/3/08 H-70.20-01......2/16/12 H-30.10-00......10/12/07 H-60.20-01.........7/3/08 H-70.30-02......2/7/12 1-10.10-01.........8/11/09 1-30.20-00.........9/20/07 1-40.20-00.........9/20/07 1-30.10-02.........3/22/13 1-30.30-02.........6/12/19 1-50.20-01..........6/10/13 1-30.15-02.........3/22/13 1-30.40-02.......6/12/19 1-60.10-01..........6/10/13 1-30.16-01.........7/11/19 1-30.60-02.........6/12/19 1-60.20-01..........6/10/13 1-30.17-01.........6/12/19 1-40.10-00.........9/20/07 1-80.10-02..........7/15/16 J-10..................7/18/97 J-28.40-02......6/11/14 J-60.13-00 . ....6/16/10 J-10.10-03......6/3/15 J-28.42-01.......6/11/14 J-60.14-01......7/31/19 J-10.15-01........6/11/14 J-28.43-01.......6/28/18 J-75.10-02......7/10/15 J-10.16-00......6/3/15 J-28.45-03.......7/21/16 J-75.20-01 . ..7/10/15 J-10.17-00......6/3/15 J-28.50-03.......7/21/16 J-75.30-02.... .7/10/15 J-10.18-00... ..6/3/15 J-28.60-02.......7/21/16 J-75.40-02 6/1/16 J-10.20-02... ...7/31/19 J-28.70-03.......7/21/17 J-75.41-01 .....6/29/16 J-10.21-00. ...6/3/15 J-29.10-01.......7/21/16 J-75.45-02.... .6/1/16 J-10.22-00........5/29/13 J-29.15-01.......7/21/16 J-80.10-00.. ---6/28/18 J-10.25-00.... .7/11/17 J-29.16-02.......7/21/16 J-80.15-00......6/28/18 J-12.15-00......6/28/18 J-30.10-00. ....6/18/15 J-81.10-00..... 6/28/18 J-12.16-00. ....6/28/18 J-40.05-00.. ..7/21/16 J-86.10-00......6/28/18 J-15.10-01........6/11/14 J-40.10-04. ....4/28/16 J-90.10-03... ...6/28/18 J-15.15-02......7/10/15 J-40.20-03......4/28/16 J-90.20-03 ... ..6/28/18 J-20.10-04........7/31/19 J-40.30-04.. .4/28/16 J-90.21-02 .. ..6/28/18 J-20.11-03........7/31/19 J-40.35-01... ...5/29/13 J-90.50-00......6/28/18 J-20.15-03........6/30/14 J-40.36-02......7/21/17 J-20.16-02........6/30/14 J-40.37-02......7/21/17 CITY OF FEDERAL WAY SW 356TH STREET PRESERVATION PROJECT SPA83 PROJECT#215 CFW SPECIAL PROVISIONS VER 2020.06 J-20.20-02........5/20/13 J-40.38-01.......5/20/13 J-20.26-01........7/12/12 J-40.39-00,.. .. 5/20/13 J-21.10-04......6/30/14 J-40.40-02......7/31/19 J-21.15-01......6/10/13 J-45.36-00..... 7/21/17 J-21.16-01......6/10/13 J-50.05-00... ...7/21/17 J-21.17-01......6/10/13 J-50.10-01.......7/31/19 J-21.20-01......6/10/13 J-50.11-02. .....7/31/19 J-22.15-02......7/10/15 J-50.12-02.......8/7/19 J-22.16-03......7/10/15 J-50.13-00.......8/22/19 J-26.10-03.. ..7/21/16 J-50.15-01.......7/21/17 J-26.15-01.....5/17/12 J-50.16-01..... .3/22/13 J-26.20-01.....6/28/18 J-50.18-00.......8/7/19 J-27.10-01.....7/21/16 J-50.19-00....._.8/7/19 J-27.15-00.....3/15/12 J-50.20-00.......6/3/11 J-28.10-02......8/7/19 J-50.25-00.... .6/3/11 J-28.22-00.......8/07/07 J-50.30-00.......6/3/11 J-28.24-01.......6/3/15 J-60.05-01. .7/21/16 J-28.26-01......12/02/08 J-60.11-00.......5/20/13 J-28.30-03......6/11/14 J-60.12-00....-.5/20/13 K-70.20-01.......6/1/16 K-80.10-01.......6/1/16 K-80.20-00.....12/20/06 K-80.35-00.......2/21/07 K-80.37-00.......2/21/07 L-10.10-02.. .....6/21/12 L-40.10-02........6/21/12 L-70.10-01.......5/21/08 L-20.10-03........7/14/15 L-40.15-01........6/16/11 L-70.20-01.......5/21/08 L-30.10-02......-6/11/14 L-40.20-02........6/21/12 M-1.20-03.........6/24/14 M-11.10-03........8/7/19 M-40.20-00...10/12/07 M-1.40-02.........6/3/11 M-12.10-01......6/28/18 M-40.30-01......7/11/17 M-1.60-02.........6/3/11 M-15.10-01........2/6/07 M-40.40-00......9/20/07 M-1.80-03.........6/3/11 M-17.10-02........7/3/08 M-40.50-00......9/20/07 M-2.20-03.........7/10/15 M-20.10-02........6/3/11 M-40.60-00......9/20/07 M-2.21-00......7/10/15 M-20.20-02........4/20/15 M-60.10-01......6/3/11 M-3.10-03.........6/3/11 M-20.30-04........2/29/16 M-60.20-02......6/27/11 M-3.20-02.........6/3/11 M-20.40-03........6/24/14 M-65.10-02......5/11/11 M-3.30-03.........6/3/11 M-20.50-02........6/3/11 M-80.10-01......6/3/11 M-3.40-03.........6/3/11 M-24.20-02.......4/20/15 M-80.20-00......6/10/08 M-3.50-02.........6/3/11 M-24.40-02.......4/20/15 M-80.30-00......6/10/08 M-5.10-02.........6/3/11 M-24.60-04.......6/24/14 M-7.50-01.........1/30/07 M-24.65-00......7/11/17 M-9.50-02.........6/24/14 M-24.66-00......7/11/17 M-9.60-00........2/10/09 M-40.10-03......6/24/14 END DIVISION 9 CITY OF FEDERAL WAY SW 356T" STREET PRESERVATION PROJECT SPA 84 PROJECT#215 CFW SPECIAL PROVISIONS VER 2020.06 APPENDIX A STANDARD PLANS AND DETAILS !n ^+ r0 r 0 m= m0 m r- Com v r X no ti N � m D i <mv „ 0 I 1 ry. L. N � Z O m m C.o v !n !n m f Z N om0 z z P. _ ^ N� mmo ymm O O ..� ac) m m O 07 v� m CR mix' m m 0 O x q O = O NQ (D ~gip m om. O U p f Z v I h m-mZn O o n D D 1 5H, z m TI lT1 rD O fz O T m A■ � m /JVI D ii'/ z m AMC o La O / n a7 m vmi A Wm n V / Z iM zo D m 1 Dm ; Z 2 W IT' �� Z b� Oy m n c mm n m R O Z �JV ; N A OO Z O r cno m �y D D V n� ; ? D; O -OM _ CD -OM mO m mC v Dm V / r O 2 L7 0 o v Z O > � T1 r y ` 1 C- c,c, O y 1 1 f+l N O O 4 AA c O N .Tl m A s x m • I I . N T t I. _ Q a � m LLI LL ? M --I - -----r — Z Lu Q cj C; \ f ao zo oz o I in w z— Ww� r I _ Ir LJ mnoui Ow Zw� wZZ� O txn V)p U twn0 Owmz I Z w �3mw w WJ =)W7w > 33 wm 3V) o O 0 > m m z J W -- 0 \ Zw • r W 0 0 ,, I O t/I MI r 0Z Or >U z (' Oz� 2 �¢ xU !I: z¢z O Z� r- to % a ¢m w a� z % aCew •' �0 W Z ¢ ¢ / XDW Z d• O X O U X I wUcn M _ zz ¢ r w a �.�� W F- r aw v� z W �/z LL LLI ui • 0 x0uiLj Z I w o w 0Y'�/ J H z li h-z�cn .d • I QUQZ �, Q U Jr=� „4 W -- I J?00 N 0 0< Q li ¢2 -- WL.-I= W of o Q z Q I cn w� JZm I AVM3Ala0 r " mr ¢v, 80 I a zc w<v f dWVN 98no _ 0o v�00 z a w Z¢ r wm w to = raf wu oaf U U O r w z O z a r J r ¢ W W m H r Z w z o Z to O Z J O z¢ w 3 w x O a O m W D g J r o m D 0 w 0 W 0 Vl J o� ouz � ¢xa En oD ow a 0 �0 m Wz W WQ Z Or¢ ¢ QU of a ZJ �of �UO Wm ww Jw w " m Mr r3 00 O p O x > O x 2 Z Z W of w O r r w r w O u 2= �j x0Lnn ¢ww Ow Iof Mtn �co wU� o 03a �z a-w o ¢ j aZW a ?w w _j Q I a3 m Y �!! OzP U_Vl oo lr¢ � m F'(A x j �m L. w Z m Z J� M¢J M W¢ M J X U x M x Z 0 a U W D 0 x¢ a JO zw wr 0 En- wUcn a3 t�Q-w w a o = ¢ 0 r IL U Uw0 OO< (xnzm -t O af Q J o f,: Z0W Z=� O Y¢0 \� Z J 2 ¢ r r r J_�cWif ¢_ ¢mUaf w0 NJ cn m � 0 W Vl O—W W== O N z 4 Q K, 7 uV (� r7 U uwz uwz0 V)w0 zr UUw L, w r ¢ U r ✓ Zg¢ Zgo ¢ Zrr LJ Za Mo `� 00w} O-5w CL OWw ��w p- 0wY rV) cr � om� om0 � �zo viC) om3 0� a o < o a d ce z& ffi z== z=aZ ZOOS awn Z Fn LLj prn x r �./ ¢B LS ¢ ¢En d lnz dtnu) 0 FA f rZ m fn0 t > Jit x J¢ X JY� Z�Y O_ X JZ z 0 _ I ¢r W¢ W¢J ¢ J J z_Fn W a W ¢r z / I W Z w zwF zw3 �� XU3a Ow¢ zw¢ XQ O ! og r ¢r(n ¢rW wI Wr WF rOa ¢ram W U1d 0 ¢0 ¢0 cn -Z W ¢0 r ¢X ¢0 W - \l Z � N< zO �i C-? v w ri om¢ coo O N Om W U LL w z C;•-/ o �u 0 W f J W N z z6 xa' W O �OU z U N U a N EA C4- a I yl J J II m x U m W F .9L Q� W U F U N _• Y M Of z F LiJ N n Q W - 03 O W o O o O U oU o Z 9 c�i o 0' Q O LLal U U oa o Z .4 a a Z 2 W N L• L Q O o o PL (Oja W r w ~ Z O� U OLjj ` O WQ. W Q > Z ,,^^ LLJ m LJ U U J „Z/l-l� H Z W Z * Q AVM 0313AVal JO 3�q:1 O Z oz , 0 W U � o o W a w 1 N o o U w �=ir m J Y Q o 2 w j0 ceo Q Y x v O U ' a � � 4oz �y n O I cA LLJ W / Lu U z N Mi O O m a V65A r\n N O N O J 2 Z a M C r� ti CK W W x9 r cr Of Q U J I Z Z N. 0 O ry dj: � O N H Q ? w Z W e n U = Q OZ w LLJ a Y U Z ~ a U U Z CE � J W M� O of z a v 0�3 d J w W MM En ¢ Q w rn a z o U *xl >r T ~ < *x` wJ~ 0 LI 3 W,.f ¢ 3 Q mu: Liw mraY,• Q M WNW J Cl- cr Q Z = O �V m m w¢ LLIO Z < Jew x 0 �' W p a W 0 0 0 a 'n W 1� z>7 X 1 � o a ax W a �2w WD M W • Z d a a r X (� W M ZZ Q Q ir J W Q o' w C� U ^~ H <� W cy Z:) C7 m mi_ > W N U 0 Q 5 �Z J Or Lj a w U w Of Q x � � • z w J W J o � 0 _ x L' v 0 Z L CL O LL1= WN m a Ch J O JY U w g jO w (If d3 � a Z Z) N N O Q (RV }� J Z J__j Q 1fI�MVS LZ x = o x a w w a C) a �- o Z - o i N o Q z Z a w u w z a LY z 3 w O M z O Lo O Q ag w La¢j x cr a o Z F-Z K 3 N a U Q U w Q Q m N w m • \ram N O 0 J¢ a J a = to w • r y S m Q >m M (2 U O LLI . �!� • ui cr W a LU J N 3 W a o tY P 3 z V)F O U¢_ ? L, Q •/•� trw V) 0�w w OL Z 0v) }a >a3 a3 w to ' ',•• 3o Er I w ao ¢ O ` g • • r O O w e m 0 ZF oo , Q a O ¢ r Ckf •./ W \': 0 Ow 0 3N z �..� • /• •• a • ' i� wT QwpaV U �g O ¢ O LU .�. ' . • r Ill rl✓ Z U (n Vim~)O Q O U Z �{�py\\ `I f•• r '�,\ D Z z m w Z z M � m ',�J; tow u OW¢U O_ U U a O b •. r wacd wN w r-F o x t :; m L a w w Z Ow¢Ox w ww Z) w U m to U W V) U U Li J /I� to v f W O N wi 4 ul Q f }�f Z 4 f , .: j • W O yg�3 '``_ y U 2 = tC r 7• ..' r •�•, J NU W ••/ o o .•G •,��f = O = a LLB 7 h ¢ C m zo l� p :�. ♦ w � � O cr�hh. •,F:. zz z' x Uo •/ • • W r ND z Q w m f L) cW> Z U O U N Nv321B 30tla7 1— J Y U m W �ZZ w w �O Al (n a 3 / U .• n �3 �� ". /Y yv o / O r % W� t�_ Z G K U 7 O' ; L)EL0 L7„,i N sip O h� p 0 t1 En L� W m w w w O Z > WLd � M w p OJ OW ¢ Z a w- U r ZW W 0 >VI U W r O QQ'Z O O m U d wLj wW)a Z �Z IX 0 in r,w m X F V)¢ O 41 )j cNc M � �w p N mn r 0d oZ Q>Z Z N O ¢ \�j Jlwi �F-Q mQ OU W U Q Lo jr Naa f Z �= awa Zx v -1 2 3 w a wNa m Q O S W-J 3W c=n0 3 O Z03 /' 6 Z W �� ~OSU p0 Z N~ } p p 3 ti //- w 3 > F LLJ wW ?i W� ¢ Z W w r \� J x L) wO Lo HO ¢ _� W p I IVI ��Z�yLLJ • \l� w X p �LIJm �'W¢� Ow p C) Z Z O , • v� W W N� �pWY JN J p S ut • u o � 0 ¢Z �`'LLJX � a - U a mo ' m w V) W¢�w mQ p ¢O cc W / g U N p > J N J W } Z ¢ r w� a w w0 3Q p<��LLI (S/I� WN O > \� 3 w= 3� fs`r / 0O( pW d'uZ W Z W Z pU Z M S Of Z)¢ LLi d N �Z Cs� " rN �' � Z O Z Z F w U M U U )'') M ¢N A/ !/l. a. p NCB �H Wn• N ZZ Z �Z Lf OF a ti//. O', wZ_ aZ_W¢ V) "� 00 O WW m N� U��LLJ O ci UU w c= Om Cr LLJ zJ b LLI Z wp wpoJ �� VW) ZZ 0 vwi �w 111 ywj ' . ..y 70 5 JU W V) M V)VH 0Z W W J (,D W crZ mZ z ¢ a ;�� CL w r FU O 00�0 NS w ww w w� F D Z Q U U U Q Q H V) U U W V) J w O / CD w J V)w o N �""1 a In (0 r� 00 U �.`•\\� Z V/ W W "�, 1 ! " > a 1 { > W 0 o 1 / A a i 1 in IN OZ W �' z� Ln K / =W U FE d7 N Q CY U / f4 t01U Q (••'V7 J Y 11 -/ N I� ✓ C J g Z m O W W d V �d, ti` ••zz I� % Bpi ink W �55 J1 J 1 wN wo u1 / G5:y 70 N.7 � J �M L, YU-F 0c+4 UU � ' M00 UYY NQ O Z--xx f✓/ o m o o C �.�cwi 10 m En m o w0 N a 50 io \�•• / Z of .y rRTII 0 < of O a co NN Z l f 1 W d 2 (3) d ' 3 M � S11I m � ! _ / ( § _ I „ — — — ) § w Ir § 2 §§ . / w Lj §® k W\ § ® §o k i �� D Zi U. ( �§ § I 1I I t I \j) � \\\/) w ` }° a- Qkƒ �a- (w! I Q (or °& § in _ } § §§§ — — — �� j � J g$ w& ( � 0 b �ƒ I w§w_ -/ ` 2ul // §£ § a* �2 [G \ 3S2 o� §m §§ 3 ;§§ ( � n. _ n � S31_ 5318VA IA LLJ 3 k - |( J \ ` ± ° a $ < % § �) �� of § 0 q k 0 a �, � . p k� & ul B O M � � Q a z z £ $¥� 2)�«<§ ` � ) - ° IL L�Kom b&g - kc uo 77§� IL IL ; w � m§ °°�2 Lj #< -JOCL §` . . . . . . L) «ouzm ! § § C; _ // �a§)7 _ § »" /� j �- V W � c \{j ` g�z �tnu22 z § !Xzmm �um 6 §§{a\�§ R L) IL § F=Z X- o< . °§ §§2 m=t�3 9 9 Lu=G MGwfM 2 C60WO nz k\¥ }§§/) W CL m(LOOM §¥b \_ u�ƒ§u _/@E q R§} Q. ui b9 z = w - &) §§ )§ 9w e - / j ƒ a §§ �� b 2.«z J , L 2) (Z , ulce 8§ - _- [ r � \ §§ js L)C u 2� L ` u I \\ o Fji� \ � 6zLR§ e .�:ƒd § 77 2 of d v s ? 0 ZLu ¢ r w �Z W=�o C M r � j 0 w0 C9 w a a C7 O ( OW wEa0 F- w w� ?ULLz j ;^� > U� JpW— ¢ O >~nW = ma � wWQ w w a�x Qmwo ;WCW a0ZU` WWF=In Z<0 < ZHLL 3 9wo ZLLWW- Z=� DOW ; HLLZ ZZaf g 3W>Ul ~may = z?g Z0OwLL mLU W 2 lV o a f FWD UZ rL) vSZLL MXWMW Ww - - _ _ .. ZW� �w�HJ � HQg }0Q pU 2�.- < = LLTF-2 W AL < U55 CLD EL ULLW 9M ZZ—iZW2 li pco FM0 0<ZZ a�0 ZOO U� U Of WZ W` w =2JLL2 f- COCLa HHcn¢F O Z r Cj _ r L Z V a LV wa LU z LU p Z U z } 71l't/MSSQa� 0 o w V 00 wD r w o w� Xm w� 00 Y i z a e . q ww Z 4 z d <p 0 LL U`J S:VA � � W Z< w W H °z ` 9 mw c�V1 o� �w w Y Z L)< U J le EL WW aJ Z z xW z J g �� �„ O �m �� ' r}o 15 0(n a 3 ¢D Fm<v a 4_z a IL w4 y wow j2 ' w LL mw wlr = W U)IS! p q 7 { 0 Z Z ZM. i z o i zy N Ww, < a a X wUw Y w UOp UU 3 w p 0 z � r M C _r 1 J W Z � � Ld Q -r E ry �} W cr of— J rD z m Ll C�j Zi o� W G i'in III i� GOOa L'CF aoo-o ccc- cc noo (7;1 anc;r. ❑aoe•c ocr. u�Uai��C; G .....T ua UUGC•Ca � Y 3dOlS XVM lZl aooa000o 4 ;ooaoaoao oaaaaao o Noa000 y aaaaa V o-ado coo uaa auUO C 2 3F/ a J o i U 13 cYi O O O w o O Fa a = z a: Q N V I � F a a � U a 1Ni0!'Aft"na G fA FO a O mrnO \ r Q O qq U N Z W� Zimago U_V) Z Q U= ZOW NSW JO7O JY :P. W O OFO QOa. 70:—I ~ O F W O Z U U z w U a O MW 1A OFW mZ aw ornCA a =� . � J wz Foo 'z 3p]� �•rc • o�• <z O, ]Ua OF ���W ma aJzn Uiw boo (CIS w • , 'l�y/ R.� i WW 27 Z � �H WUWa UJ Nw UQN c, wJw Kwaz O Z r • / i a aN jm a"oM -'.c Sao cL area rnz4 ¢ ai az �uw V1a UO O gU0< FUW a20z gU J WF�rr O <= co UOV ¢�33 wm w¢¢Z (7l1 a a5w zw a w QQ JC 4 aU aO} 2�ow 22 WR' zm Ow K? r 3rn rn rn orna oouw o a rii - —. O � (V VI Z Cement Conc. Barrier Curb See Detail A, below (Typ.) (Typ.) (Typ.) 6' 6' Ra ii-i p 4„ 3"Shiner (Typ) Western Groove" (Typ.) Saw cut 'Match Line' 12:1 12:1 � (Typ.) Sidewalk 00000000000000000 Sidewalk 00000000000000000 00000000000000000 2000000000o0 00000 Ar Curb/Gutf�.r Curb/Gutter ZDummyJoint Distance will vary Center of �� Dummy Joint (Typ.) Wheel Chair Ramp DETECTABLE WARNING as Marked in Field. 18' Min. PATTERN (SEE DETAIL) 25' Max. Cement Conc. 0.35' ± Barrier Curb— DETECTABLE WARNING Top of Curb Flush _ PATTERN (SEE DETAIL) with Outside Edge of Sidewalk —� --m-5 1/2" R= 1" R= 1/2" NO TE: CONCRETE BARRRIER CURB TO BE ONLY USED IN RAMPS 16° NOTED IN PLANS AS TYPE 2. TYPE 1 RAMPS ARE IDENTICAL TO ��- 73/4" TYPE 2 , EXCEPT THEY DO NOT INCLUDE THE Detail A - BARRIER CURB. Concrete Barrier Curb PUBLIC WORKS CURBRAMP WITH SIDEWALK No Planter DWG. No. �`°°` DEPARTMENT Cement Conc. Barrier Curb See Detail A, below (Typ.) (Typ•) 6' 6' Ramp 3"Shiner Saw cut 'Match Line' (TYp•) � (TYp•) o � Sidewalk 1 2:1 N 1 2.1 Sidewalk 00000000000000000 Plan#e 00000000000000000 00000000000000000 2 Planter 00000000000000000 Curb/Gutter Curb/Gutter Dummy Joint DETECTABLE WARNING Center of PATTERN (SEE DETAIL) Dummy Joint Wheel Chair Ramp as Marked in Field. 1 g' Min. _.25' Max. Cement Conc. 0.35' ± Barrier Curb Q r_ DETECTABLE WARNING Top of Curb Flush PATTERN (SEE DETAIL) with Outside Edge of Sidewalk R= 1" R= 1/2" NOTE: CONCRETE BARRRIER CURB TO BE ONLY USED IN RAMPS 16' NOTED IN PLANS AS TYPE 2. TYPE 1 RAMPS ARE IDENTICAL TO 3/4" TYPE 2 , EXCEPT THEY Detail A - DO NOT INCLUDE THE Concrete BARRIER CURB. Barrier Curb PUBLIC WORKS CURBRAMP WITH SIDEWALK AND PLANTER zi ,r DEPARTMENT N m y o 9 ° -m m s G ° O mi9 r.,z- ` d c a Z r c c i cn c E QZi W fl w x 2 o�G yo r c o a e -= w�' ,•i „a Q a5, ; t �+ Z..11 'gli.y +c J J o o c m ,a c a m a -ui m- n,m m m �w z `v x z z O N xm o a 'i m me u r W ¢ a T y aL. c b W Z 3 0 i �� mry LL c0i� N p IQA 1 n ^ u a Ol ch Q m Os as Y L7 ? .� W m U O N L d� S Qw m a 3s�c a �m a mw d' w rr �� "n 'c, c n o f w w m r 3 . r .. ✓ 7 w 0 4 H = ar z[] rnmm.r� m a�+i dU1 W u ry O L O G, Z rna� Z Ec �� c"N` �m � cxi c ...n E p �� O -a "may 0_�,�, - �`0 ym W of U 2O 2 "m v �� � QF ` a ��C u r,G L '�' QL 0 O l'J Lll ':= m t=gLL>¢ 1LU !n - C E m C7 r' d' O W> y 7 ;� '3!•- 1_ ,y L: y y`O 30 Y 30 m ? L E O Z 1 LL f =Y¢ r, 2(W.� W y c�= a _i-�. r m +u c� ° O O ° 3 O w° d' C of H :°L c t- 3 m �'.. -a IL- O� in mi fir» 3F Uw 3 ¢ ww _ O ww0 1 muw ¢ tq Z (V O] V Ln 0 h m m U z m LL Z, z _ wpm Ow o 00 0 ON yz LL Lu 3w0 z Vj r° Ox J ¢W F m<W LL MW z 1 r o : a w w 1 .�� Ali i G ILL1 t.: HZ oN J 11 4.: g w Oy o w L¢0izNr p Q- w o U Wow"Yl f- Z 0wWW z L" ,� O Z cc 3 LU Z a ,11 _ a :'Si:: m�zNli'd w LL ¢ m j W w w _ .. w -:I:'t�i:: y m U - C9 ¢ a. L z z a :: W '� w mom `� •} Fy m 3 Qww '-" i ° C7 2 r a x z 0 V\t�N H L O WLLZ �a 'XVvq ESL Nw,s6 H US ZQ mF W V n W7w 6 T NIN." IAA O 3 ¢On w W .Y 5 OtoW j5 m c=ao ;, C g0 LLw OZ G X0 m ¢ = gas _ W ' U U Z ar I N Z - ...i- •F� Z Z w 0 K r LU a 3 �Z „ K -'pP LLw W Z a Q W S N O ¢ °w 1 n ¢OW w 2 m 0 w U Z 1 Zw HKy - W 0¢ 0¢ zw wo n J oQ z aY 3N o a o ¢! Ow z F- ?w w a w Gov ¢ ° cri< 3 Xm c¢iw zo J� O Z UI¢i w WLLz O W > ❑w JO_ U G w D F d 7 Q W Y t W D W Y x •' �^I : Q W Z V DLL 0 LL Z �; �yh m r I,JmN rY 0� 0 w cO p o w i �5, / Om % mr r� rc y om w Nb'3218 w LLZrr O0 II om LL r Z o - - _ 2¢0 O U Z LL m L��-ii.�--3 iI w rO Q 3aVN0 amLL o ow K mU V imp Z Um aR'm� II moo w o Z 2 U Y g i m m j O LL I K W WILL z Uwmm 7Zo^ (7�'� � U0 f. g w w AV388 U W¢ m 0�00 364�`3 Z w�� z Juwi (7 ' F w w z 0 00 g �. I I LU w — �• c7 a WYu'w .1 L Um¢W a l': a Ir] a R¢riy W Yry a p��n a w wm� a Omn Jw(7 W 00 WO �w 0z O 00Z m Qo DZ Ow a z¢o m ¢ a m F W rnxz ul(?g m ow a W Y w 1130011 NT13J :A9 W"O 3 0 zN d 7 3: CO) C W V) = �J Z Z U ma O O Z H M W VI �a U 00 M � Z Lv \M o� O_ (n p J (n Q m< N Z r Z o a 3 i VI N LJ ~ Z o j W > Q \ X W a N J Cj p 0 W I / v Z = r Z Q O W Z 00 _ — a O � M 0 Q� > O 2 J ~ W LLJ n d H W v X W W O ( ZCl) W C W N U z Y n v Za a O O = J ao V)LL- LL_ Q p O W= z Q = pZ W a p CL r w N Q W 0 * 00 /^ C 3 N 0 V) C7 W Q W W U ' a. Q � Q (n iv Z J (7 O LW p Of En W ; X ° v D W O F- O 3 Q W N N W L, (n C N W L� ~O> O a W M �j M o I� c) (N of o~O V)v , a C0 v Z Q Z J Z Q (D J U OU M Q L.1 a c7 N W VI = m _ (a 3 V) J p� I pH J ZQ M LVZ = JY 0= H W J W Z V, =� ZC Q 2U a3 O0 W U� W �N p ZQ V ' p W W p Z LLJS WOQ N � Q OU O Z N M 4 O I a Q w BLc) M � & Z/. e; LLJ LLJ § § \ 2 k < § < � / 4 § § 6 K @ k j�A§\ j § •k z <��2 A§ ogm�� R W-Lz -B)W W §J »ke&� 2 k tea§ a §§\ \L'i� \§\§ode 6 )2 / §a�� /�_ � V z g Owe , � ce»»>&gEk d ~ �� ¥®o» <o u 92 � o ©@q§z »2w,� g k §k�§k- },z .. =a�g3 • G e `LLJ■2§§g2{7on e )f �)§��m ! - ) zLLJof�[�§) / ^g ` )��/§\ m�� o-�� e&\m » k)§)zA/k§)b % LJ)\ � �k�U0 ( § _ _0 cr Mao 4a . - :ix2 tt §e !2 & �; - E7 \ /} . 2§ §§ - ®b | ty� ; § 2 - cr E§ % 0. wx /\ k§ ts wo }k§ o ke � ¥\ 0 § p w . 3 - ! ! 2 § §! C== . k � A @� r 2 § 0 z 1` w JQw J w O � p z z 3M Q > J W O J U U = O J U L� L.L. 0 LL- (n W U_ N o Q < OLLI Of 0 w w LL- LLJ J ~ � � (n W U) 0 W J U � �' UQ� aQcnz Z O� ZOw m U U F- N WofJa O � � - Za m W �- l� W � LL W a O w O d N Q = wm w o0 V) � � Q � � z � Nz LLI Zwm J UQ LL.- DQ = of_ O O- 0 ~ d O :2iJJ LLJ� 0C� W V) z Oa U OWU w CD )- Q2 Z JZ m ( C)f Q zcy LLJ z � W � Z = _ (n O W a J m W 0 Q m Q m' F- U) Z mom' J � � � W 0af0 0Ir0 Q Q z O J (A U) J U a Q N = N= ZO Q (nOZm Q = JUA UZ V) O W V) 0000 Z LLI Q Lli W � � Z_ m(D LLJ NW � U LLJ N D V) cn �'LLJ O i � 0a m N F j C Z w Z0- 0 N w (n W 0 W w � 0- N Lw O Cn O Cn 0 c Q O U N = F- U m m N Q w D m Z Q W D a_ W D 0 O 0 J zC~i) w0 JCf) Jw dJ wCDCD O wp0 Of p w OJa (A J Q -j QU � � 3: U 'y � � Z � V)Z W m Z QQ Z � It w u > u cL W �(Z--)— wr w 2' F F- Q Q w 2 m Q N m � Q � cn N Cn (D r LL. oo L� J W W W LLJ CL m Z _z _zLLJ (D m W LLJ O W � w LLJ �A Z J LLI �Jr � O � w LLJ w >-w LLJ - w LLJJ OO 't C O � =0 W w 00 WW A zD Q J f N W W >- W Ld LLJ ) _ > L U)o LL - J g .� > w v CL. v '� ~LLJ 0 z J - vLL 3: JO Y F- Of W w w 0-3 Ue J dFZ O r, J L LI U ¢ N W m' w w Z Z Ln W z ~ of O 0 a Z J Nz o z W W (z LJ J ~ w C� a- w zN w _ 0 0 Ld � (LJ W W LLJ w W U o M O > J w 0 w Y 00 = W ✓ 00 N cn 0 T 0 o o 6 z co w w U_ o 0~ z LL. w Z M (T] J LL- _Z G W = O LLJ < J O LLJ _Z ~id J co d O 0 ~lam J cp Z O LiJ wz � w J ~ QO �Lw LLI - O F---- —i CD LL LLJ LLJz LU Z LU z O C7 LLJ}W N J — " LLij N (n et(n J O Ln U O L v � Z o - G e � U U)LLJJ _ LLJ z J J O cn r f7] N LLJLn a- a LL) n N Q Of LL- LLJ Of w w z J } W � J J UCf) N -' } 1 N e Z Q N LL) m < 1 1 w W CW O Ld UZ V N 1 O d G �-- W O L U O e W O F- L n Q Q a U LL U U 0 LL- LL. LL- U W LL LL- Q Q LL- .� [If < Q -� LL. z � 0 LL- LLJ z LLJ L,� Z J Z LL w O O O Z W —1 0 O z N ~ = z ~ O Lli Z J U U � L- O w w w w U 2 Z 0 O W F � " W � LLJI- Q p 'tUn p �_ � W = z U " LLJ� w � z 000n - w w 00 (n LLJ — CQ Un Ln y I 11 CO T U cn Y [if Lu LLJ o w U)N - L`J O > W J w z z to �r i ao J � 00 l� OLLJ (1 N LLI H w J J � W o w w — O Z N N OZ Z O LLJN z Q w 1 J z Lv 1 W w LW � F N Z ~ Of 0 0 Z LU °C M U z o ® 0 a z LU Z,F'523 ® ® C L J M O a) O U Q � E 0 � a) � � 3 o 3 .E .� i ® � 0a) � T c O QL� c To3� Y � U a� E 3° � LU CL 3 Q/ : 0 f:7� c 0 Q N o a 0 m a o ~ Z c W O 6 0 0 0 6 — W``/ U T 0 N 6� + ILOt O QO O_•- 3 0 O_ a) 3 + Q ED, o� � o Qof 03 0 03 LLJ v u ii u u u Cl) 0 a) a'Q 3U0 o E y00o day � U CL cj� U) .0 Q o o m V T a) t snu!ua a) O U 0 ® I zo J ~ U Y LU J a' N C) :)O (D 0) a a _ 0 3 c}.c G Q 0 3� � o E 0 0 E ° ® fie 6 � o � o a)•- •c � � a� a E `c •D O o O0a) z N O U 0 O 0 E u I U - _V U O D r ' ® �� 0 0 04 falS � 00 3 �� z G C z -�&t a H N / z S vW Ofq N 2n e �z' WW ¢ " V , gllm f�} ,, ,il� O. mf! Cz i U � zLu 3: a L ! z m E Q �?Z i It N F�El a ti`3 J �!< r O r n W Z LLI W U°eg0z azW ?,J az0 Wz n 7 J J y 2 J Q Y z-a W W w J J V W W U �- - d > > y Q W Z Z W R W U) JJgJW = O a 3 m W W m w N 0ma 0:3 30 0-Oa 6 ogo 1 �1 3 z W N (n 5w aLU 00 U. ui m a i 3 Z w m 3 3 3w W W J 2 W> > W Z W Z 0 y�j J o ao Q ~ y J W z o w 0 C1 g y/ OW U) mW 3 a �� o W _ -i-- Gz ' M W x i Z w J a J¢ 0. �z o O 7 LL m N - w J J o y = 0 ° z J, 5wy o U Z d O b W Z aE a W b O J .) mVw y I Z C W W z .;. _ G it J J w '° a > W 4 o a 0 0 w it -- w o w J c +' vALLI �° 0 - z W 0 - J ui Z W J 0 _ U z w > g 00 - Wp os w w L z W LLI r z J J Z J N} 7 �_� z wa3 w za0 n 22 2 F o a Z F V W Z - �_. U -i 7 K 1 Z - Z wZ -....-- 0 LL FZ ry II LL _ m F wW W < II d J LL J w N V Za�� y WO } 0J co 73wz s J;wiz z°�W W°zLu aZ T .'$ z�j J za 07 6 w w g W g rr z K o W W z g Z > > -d WgZ - UJ WN yY W_2 W W \ J `a G O N z J m O Z J W W m m y W z m a a w 0 W W 00 0 H u z w 0 z Lou:o w LU O J ~ LL K 0 * o a F 1 F W 27 J F m 3 13 fn? g z -i = J IL a o aY 77 - 0Y LL, W OF y 0m O LLm Lu to I , - z -�-- ---- 00 ' a LU �1 M F----b--"1 lu b3HO131d A9100 :A6 NMVNO a) �� 3 '>0 0 -0� Z ? N oY a oo E� -oo ° vn Ya) o -Co � a � M � 3cYi a�iai Ecrn ` `o � aa) E c u QQ - Cl o Q 3 ° a) t o -D) COOQOQQ � 3c U O ,, a) TO oO O U O QCa) > OZ ON p O aoo � O� �� ° Qua vj ` UO O� II II D00 �, •5 p N I I I 6 in in cy U N U Q I Z Ci Cl) v vi U O oN I I 6CN ° I I J 3 III o �c W I j I QN� z o $a I ~ t� J CL Q j I z�/ h I O a LLB Z O I w 31 o Ij I z a) a) Q 4 N N a6 aO N o o o o r Z Z Q fl m 3 w Y Z O O Q I a) Q YO ;•'� � N � I I � Z a III o o0 ° � � o } Z _ O U L~L a w W J ) p O U O C a)— m O N 3 E `�u� LU O- —CO Q C6 a) O U ] O H- O p O I L p)a) p(D t L + °OZ w +I I, O O QO o 3: Q 04 a) 0) o O O3 + IAi' a9 N° Q I 3 ¢off 03 0 03 J U� � Z I I II II II II II � I � N 3 I w I " E J N Z W 0 3 `m� a M Qc N10oo.-1o10ovbi w O a)E r� ohMN N� z m z—g I I omLL -a-a aaaaaaa oa E E E E E E El Lo o Ln o 1.0 o Ln a)co U I I LnLn'IT V mmCNCL7 UN •FM 3Z I I 0 " JM o Zd � 3 ° oa M0 a3 > C7 Z j ,On I J ° a) 3 O c� F— QQQQQQ 0 0o0 � ~ I° no nu n O hL7 V V CV)MN 0 fl-7 0-b a o 00 Loa'oMaN s7 �M Qo �Z w J fl h Z J a) O ca) N N m LL t t L LL o} � 3 0" a3 ~ oa �no no non OQ O ° to C lL N h I)Z m a (1) m EL " 0 a 0 > O Z r Z a� E o M c a L IY C: L U U Z 0Nt a/ N a J �� � z Z aa C: z J p c cn } J Q W J � p w I Q U 0 N o o a a `a �s °O W o � N -� N C,4 Q �~ N WZZ Q _ N a a r-: J 3 V) a Q W Q (1) U) c >, Q U-) p Z p Q V O — 0 p J U U CD z a m a � VCC_� � V Q N N I C C 0 p N O UryO O p z Qp N N J z U 3 3 a Q PO W LJ p (n W L'J w J N N Q LN p M I I z Ln a' J J H 3 N m N W N m H W ULn N Y � N N v) 0 N a3 W J 3 J N J N LLJ m p Ln LLJ CL w Z I N 09 a' O z o N Q m Q 2 a J O p d a o LLJ N Qs U J Q ~ a W W aQ z W u k U a' U J W LWi Q p L� W N Q Y ir e 2 m a x o a m � o t g 3 r WI E ` O o W in W > N Co w } m A asw u� Z w m c zN Y m ¢`" m v ¢� m LU m E c m C O O F z U -i 9 o ¢LL W U C7 O Z zy w ¢m w J O � } N w J Q z rca - - _ wLU ow w � Y m 3 c c- E� � N O Y C¢ m W J c 0 N O 0 U N z N _ m Y v Y - m N N cc 2O F �'a x H N O V U Y Y 09 Z m 9 m N m } og x ww UY "0-.9 •A-•9 �0-.9 wm �} J O m z O gq� W J J C1 } C) m w z J 343idtlJ. � w z 5 VNrns)nivW :A9 NMMaa � y O 3 m 3t Cl) c o f 6a"�aa N y�� Clz o V �06 a o L �,.- -- --�.�•-Yy o Z y N F Q tn 9.N e N_a n �O0rx a z C rs.D p .S •f`•�.J M¢ O O 4 S SSW IL C 4 6a Y:••r' x C c m -- ,U may a N o m r wY/ w o o O y a=a w� y T N �LL z 3 LL°m Xa xO 011 a aK w¢ K a N LL w¢ LI LL ¢J IL E SIXtl..tl.3Shcl13 fA SIXV.H,3Sdf7T3 J w w �T vu� LLO mZ n J wm N U o d LL 0 ¢ zw ¢ f°Z w as w Id ¢� v w wLL ¢� N wo < o 0 ¢o z p w fU z LL �5�' --- - - - - - -- - - - - - -- - - -- - - - - -- - -- - --- - - - - -- U. m � N � w a f-- _- .0-.94 �. C7 W z �5 -- - - - --- ---- --- ----- -- - _ LL LL w a X-zi 213H0131d AS100 :AS NMV8a R9-3A 11194 B C {j E • f r: ! y i w A * See appendix for standard symbol details DIMENSIONS (MILLIMETERS) A B C D E _F_ G H J 450 9 16 88 138 159 191 38 38 600 �q 9 16 113 188 213 263 50 S0 750 13 19 1144 2311 266 328 63 63 DIMENSIONS (INCHES) A B C D E F G� 18 3/8 518 3 1/2 15 1/2 6 3/8 7 5/8 1 1/2 1 1/2 24 �_3/8 518 41/2171/2 81/2 101/2 2 2 1 1/30 2 1 3/4 5 3/4 9 1/4 10 5/8 13 1/8 2 1/2 2 1/2 COLORS CIRCLE & DIAGONAL — RED (REFL) SYMBOL & BORDER — BLACK(NON-REFL) BACKGROUND — WHITE (REFL) R9-3B LIR 11197 C D I M 'Y D USE RFO F ALK a. �{ 4 �a C D � f D USE I ' � R � ' AL A R9-3B R See appendix for standard arrow details DIMENSIONS (MILLIMETERS) A B 1 C 1 Q I .E. F I G H 450 300 1 9 1 56 1 75C 75B 38 38 M DIMENSIONS (INCHES) A B C 1 D I 12 318 225 3C 3B 1 1i2 1 V2 COLORS LEGEND — BLACK (NON-REFL) BACKGROUND — N/HITE (REFI-) 0 z cc M � M y r U Z LJ Q 0, _9L d a OJ> av w>4: ,4 .Zl .Z Z (L ?0 N o W Y w 6 U 0 � .. .. 1 ZOO L,z w U 3 o! 0 y » 1 z }UOU r W'A • w , ava3a 8 ON r ~ 3 m ^d V! o 0ui CA T Ow=�Q _F-3 J w T Uwpw V=7 z e 0 LLJ ¢�T- O } Z Q of w F-- LLJ O j L,M R., cq O IV- L w WW Q OZpw� r f OLLJ w W w W � � Z �0 Z � ¢� z 0 z Zz I,J wm�w W F- L, LLI< z0 <Z� pp L) a O� O�wOf z ¢ O Za=Z2 ma xw rn w o w tnwr ag �a� N N� 5 0 z zwcn� Q c9 cn r r Q U J H li e wU1 2F Z =JJJ W UI m m p WZ 7 Q w w U W mO HOWV ujw mN aD Z 2 IX U LaJm pm m �� U� 3 a r a, Qa + O:�ZQZZ vxiI z� < �> o N ILLJ OW LLI \ cnW awe X LL,J Wa W v � \�3¢}� Q C� LLJLLP p O w w Q m �a wa OFX wN>r wa Z w ; _ Z Z0Q Qa OO�w IUOO ¢� O w O ¢MJw¢N u0i U Q L U m .O U (A U 31380NOO 'O d ¢ x0 LaLLI w O O i i a u cri n r ZO 0: V� z N w w�-0 0 " .. m 5 0 U d W .Z 4 4 6, Q Z w X • r0¢pU Q Y 'N ~ WO:VIQ WQ •- r \ \ n In .9-,Z m�y� ti 4 t 4 m1 •' • Z z WWINN CL w OF W w • . F" Wa � W cc ¢ R'Z K G Z� H aU * ZO. z0U • ••• r •17 •• U O O W W ,{`p�� • W r •+ N U �+ n J • •a o Sx N a a rc 0 ¢ 0 ¢ ? LU C9 J LU wy O W U Ucr U —` J E O za o uj ¢¢ F 0: U a N O zw g LiO = U m O ILU Z a " ¢ } O V)O ¢ J ¢ ;= W W O m� n. w� J U Y Ui Z L Y LU Liw O Utn O c}i1 O O J ¢ F}¢ < 3F U v> L`m rN U,a a o Foci a o¢ L, 3w0 LU ;O J wU wa w �Ul 0 f/) w I_ F- N M a V Z O G 3 a O Z 2' •� .�/L ,z LLJ �hz - :L _ J 0 a V YNm nf1fnnV;}};0,) ApV f tnYf}nv \�zWN I _ �z Yx uW ¢ rein ,a ww Fa rcm \ m w) Z —i L — Ja n a 3 Ell � � I L 6l ¢ »9/5 g 0 zN d T- o4 M_J W d C L a o ck: u z � g/f Z O N W w J QN CWZJ (AEn O Z O 3 00 a w I I 9l/f in Z� 0 o m w cj Z �Nui < - a IF;- 0 v)z wM� i j.-�._ 'En ` a Y J W � H cn J-` N MZ Q (n W W t l¢7 x W W O J W OLj O T \ O Y tr w~ U p�70 W 2 OY [' �wN p 2 UI ''v^^ J w ZLLj ~ V an� O V> n _z �0� oa W V1� Q Oa 3..10 (X J 3z w w w J wp L) wrC7 ¢ tr =N o t%1 w Vi ri v Z J Z O 2 z 0 2 N 4 a, J W � cn ~ J J Q J Q Wa r �- R 0 Q Z W .8/L W N I o i N oI CY Q Q � 2 d n > dtiP LU p m I W nI Q v O U in w CL JLCL LJ 0 pY �N e�J O ig l N Q W tr r a ZM d o � 0 0 o: F- _ M to J L) O J � Z a 4 F Q e x9/S p M. \ Z Q N `W Z / \ w Z r0' 2 J N � m U Q N a as cr w Y LLJ J a n N 2 w O w J ~ N Z Q Z li O a LL W O 5 W f� N N� LL O I Q Q Z v a Z U I y11e v4Ji „t U Y J� mO a3 I — 0 rL LJ N a 0r ' z O }a :2 w Cc) n 0 p O CMz F- C7 v~ ~ Of � O 0LLI W¢�LL, ¢ HN Q ¢z LOW O J U W Q� Of } ¢C7U m L¢,} I mQ W W = W O of Ct ¢ L� _ Of LV V) z x W V)LZ)N �0D0 x W J (n p V) zW ¢ r < Vi 0- H�U C�<O LY 0 _LLY M J U 2 W J U w ¢H W ry�m < dDz QL, � W 0J 0 = V)D U N 00 Vl O U Z Z W wLLJ p F Y N r 0 V J W v ULU N a z wL'i w O cy 0 m c J W 0 ¢ (dJ l) NIW „9 _j U j w p W X u w OU = 3a-u Qw_jww00 zovwiz x J V)J W H U O < w V) ¢ MQM � ¢ 0 Of � _ O L LJ o� z J z W L - _ >z Z W J ¢ ¢ H 0 ¢ Z ¢LLJ— HJ pU a- U Qf r N m LL,U D-- 0 o Q O O Z T r w 0 p Q o 0 ~ wWO C) w¢ Lo vi C) Uo¢ N ¢ L. c U ¢0 w V)C� 7- w J Ln � a ° ~ zap 3: " D o Q w Z C) w _ r, F W_O(_o V) J Z W < U O d (/) d(L'w z J J J V) O LLJ H r cc w LLJ ZO¢ wpV~jm a ¢ Z � J - ¢ 2 U 0 Y ui z w V) � C U D z wz :20 cOn Z00of Z L✓ m m¢ = U 0 ¢ u (AmLf�U) LAZw� L W D Y J W w ¢ w p U U D d'[if d'V) J J 4-' Z w w HwOZOw =a: F- pLo ¢ Q U V) F-V) V)z U W w� p L J O ¢ C) L � co��znc � 0 = cn D ¢wV) U Q< - Ld } / D ¢ap0z �w ¢ Y z V)0I ¢ m Z�pw0l`2 Z 0 ¢ XZ : T O w ? O J w 0 = i �( = U z cn 11� CO 0 a � w z Q OJT o z U O�ZLo O�Z W OZ U Y OWw W U J ¢ cn ¢ � U _ LLJ \W p V) ¢ v— U(D (o¢ z U W W O w� �~n ¢mwWO� T L�q °d a ~0 6Q L) T-Lj T _ H z ¢— Z U Z _ ¢ ¢ (A = ~Z w a 0 0 J > 0 z� 5 Z x= wLf, �Q w w Z p p 0 O w= w00 �. .: D p LY W Z V) )-z zU pw �Woa0 f0 ¢ wZ _ mow 0 W W ��; U¢ W DLJ JwZ zz3(/) oU 00 OU ¢V� �p0Cf) f QLu ¢� x z w_Z Q U V1 d 0[If ()f Y V)U W U QH 0 p w 2 O m Dz �a 0�QUz d ¢ w� W Z w z = _ �N � Um aV) D ¢ ¢0V) N O^ d m O U w U Z p Npv m U C�Z V)(if pp I V) 0z Z J¢ �0 ckf w� z)- 3m t�n ww� 20 N N W p af w w Q0z0 V)Cr LLI 0 N2 0 Q w W O U Ca Nwo >a r Z p Lj 2 U Z pad UJpw J00 0ZZ~ } pw �ww ¢ ¢c� } 0� ¢ w Jr� J = g O 3_Zco �w F-o� zZ� ��� C) za~ z �m z V) w O p w¢J Of w p O O V) ¢ Z z 0 2' w Tom¢ wth WOwwOw OJ Q ZW >LLJwH zz¢ V_) Z_ UF- z O 2 p 0 w ¢=0 O O J ¢ 0 W¢ 0 Z J¢ Z U Q' Z V) m H Z U U CL W' U Z O ¢ W V) H H (f)¢ VI 0 N z v in .19-R Z �ha� i�• i R� _ ii.._ Q �L.- LU >, (£310N 33S) „4L Sold,.H,, I W n ..Z L , c0 L W 0 _ pw Z) 0 z I� C �� W U W-j = 0 m � Z 20 0 LU U p0 LL w QJ Lz U pm +L+ -Ap Q t WW 2= W F z ~ F- �Q wQ ~ LU W O z� a s Jw c~i)w 0 U o eo z w w LL0_ Wa LJ O X z ZZ0 0 ~ ~ zW HW fnm U O J�0 -10 F F- F ..� wW- WO Q aLL p CO D O CD� OLLI- z WW m m -0 0= _� m J Cl C7 S ~O U0U 0 of T � � _� QZ w C WV F-'pa> LL 0� 2 2 Z0.' ZW 3Q c2 d= mF-d LL 0 WZ U U - > > ~� 0 p =w ar Z z NO �0 W U 5z ��� a a0 l Q Q �u LL LLB X'\ w U 0 -j 0 , (£310N 33S) f 0L .9 .L ° a w 1 I I s � QUF -----:� -------- -== I Q --- -- - ?W 2 r i 6 _ F - W W �.... ..:-_k L t---rr -�r- E �---�t----------ter------ i I. O _..-._.�A ---------------------di - } tL 0 ww a J [ >> ¢F- ap o p j 0Z �J ¢ z0 ✓ J F-U Qp rm f w �W a� =w 9-,L M Q"'= 0 L`n CO a XbW no JLU J IL (L a „Z-..L ,�� 1.0-,Z W LL- a>go a� I . >�J (rv) W 0 F- W 0w w = O zz F Y c) W W_ 0 z z z0 co:Dz v z QC.) IL am— =W t 0� p w tW0 w2 0» 0 F J is Q W mF Vim- WQ 0a� p a cwnw=v00- QLLa ao QwaZu k a-jz fVW ZF- ww wQ3�2m =1Q� �0 vg HD ~�~WF in mflp Z �_ �a nW IL 2'LL c9?IL fn= F C7 F- U �� m��ww0z N W w — Z J no,enornurnrueoe �3�r �. � r I� $ S Fd C o Y N � e .Scr do-�� o o `_ a 09too OIL � 4 V ¢Jd 0G 2 i �Z � 3 3 �.,c rgWz rqOYK W 2 �nW QQ7N .0 O w mK Fm 0 x m 2 Z W W J/_.i(`Y�� a� ¢tw ww EMO m `2 r p U)� yG i� Z LUr, ry_ LU o } a m a a •� 0 C J O °o co M ® L z q ® 92 Z 9 LU''• a It p H d Z CO W Q kZ W m ev d i� W �z Wk I 'I v d0 I d WZ a IL l m L o w a Z� J Lq lJl Zy Z 7> U 2 m m C7 � w N WLLI a. 3 � -_ �m¢m 00 I Z W 6 W Z LL LL !Hgp�i I m m mw¢x x m F m z m w OWZ� A. UO=� W J 2 OF Z O F r ai.¢ g m k aY k ZZO zZO am a rn m NO m a a p pp OJ Qaa M-ZM 2 m } LL a a a o 0 uj OaOA.O vsn AE NMVaO e f� W e J7WIL IL o 0 wm P\t't\� �= 0' X. n O —� z C�� to �a3o wzo_m Jwaco OH D d J a D¢ 5 s O O � w n w Y`` a W w Q Ir z w \ m Sm w \ JFHK f ` LH, ¢ 2�m m e w 1 w$a ZO M LL= wa O ¢ p00 �w<Z LU JOm O ZU ZO 0 _�0�` 'ti KOCK m W Q Oul Z d O Z Q W m to H Z it J aW = D O W o d O. 0 O a. °W h w w a = J o¢ f 00 a LU 1 Z (� m o N U 65 y �j R ` m " oIr zw P 1 F O OE V � g a Jw . =N W ••� •r 0 a z� J w a j k IL = ie a D a a H zZ �} w V (� w a y ' WLU L W It Cl) U W = 1- ! ¢ W W W 1 ` W Z J O m 7 N Q W a? W r •• Z.PR W W O$ ' 14 W OZO�?p¢ 5 W F rn g�ak�k�wo���W wN00 mmnonoo0bam? ¢a$ O Z)0 0"a O z O N �. LL a5aoo��o53 w 02fOjA0 VSll :AB WV80 Y. APPENDIX P FHWA 1273 FHWA-1273-- Revised REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS immediate superintendence and to all work performed on the I. General contract by piecework,station work,or by subcontract. II. Nondiscrimination III. Non-segregated Facilities 3. A breach of any of the stipulations contained in these IV. Davis-Bacon and Related Act Provisions Required Contract Provisions may be sufficient grounds for V. Contract Work Hours and Safety Standards Act withholding of progress payments,withholding of final Provisions payment,termination of the contract,suspension/debarment VI. Subletting or Assigning the Contract or any other action determined to be appropriate by the VII. Safety:Accident Prevention contracting agency and FHWA. Vill. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water 4. Selection of Labor:During the performance of this contract, Pollution Control Act the contractor shall not use convict labor for any purpose X. X.CERTIFICATION REGARDING DEBARMENT, within the limits of a construction project on a Federal-aid SUSPENSION, INELIGIBILITY AND VOLUNTARY highway unless it is labor performed by convicts who are on EXCLUSION parole,supervised release,or probation. The term Federal-aid XI. Certification Regarding Use of Contract Funds for highway does not include roadways functionally classified as Lobbying local roads or rural minor collectors. XII. Use of United States-Flag Vessels: ATTACHMENTS II. NONDISCRIMINATION A.Employment and Materials Preference for Appalachian The provisions of this section related to 23 CFR Part 230 are Development Highway System or Appalachian Local Access applicable to all Federal-aid construction contracts and to all Road Contracts(included in Appalachian contracts only) related construction subcontracts of$10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material I. GENERAL supply,engineering,or architectural service contracts. In addition,the contractor and all subcontractors must comply 1. Form FHWA-1273 must be physically incorporated in each with the following policies: Executive Order 11246,41 CFR 60, construction contract funded under Title 23(excluding 29 CFR 1625-1627,Title 23 U.S.C.Section 140,the emergency contracts solely intended for debris removal). The Rehabilitation Act of 1973,as amended(29 U.S.C.794),Title contractor(or subcontractor)must insert this form in each VI of the Civil Rights Act of 1964,as amended,and related subcontract and further require its inclusion in all lower tier regulations including 49 CFR Parts 21,26,and 27;and 23 subcontracts(excluding purchase orders,rental agreements CFR Parts 200,230,and 633. and other agreements for supplies or services). The contractor and all subcontractors must comply with: the The applicable requirements of Form FHWA-1273 are requirements of the Equal Opportunity Clause in 41 CFR 60- Incorporated by reference for work done under any purchase 1.4(b)and,for all construction contracts exceeding$10,000, order,rental agreement or agreement for other services. The the Standard Federal Equal Employment Opportunity prime contractor shall be responsible for compliance by any Construction Contract Specifications in 41 CFR 60-4.3. subcontractor,lower-tier subcontractor or service provider. Note:The U.S. Department of Labor has exclusive authority to Form FHWA-1273 must be included in all Federal-aid design- determine compliance with Executive Order 11246 and the build contracts,in all subcontracts and in lower tier policies of the Secretary of Labor including 41 CFR 60,and 29 subcontracts(excluding subcontracts for design services, CFR 1625-1627. The contracting agency and the FHWA have purchase orders, rental agreements and other agreements for the authority and the responsibility to ensure compliance with supplies or services). The design-builder shall be responsible Title 23 U.S.C.Section 140,the Rehabilitation Act of 1973,as lo,compliance by any subcontractor, lower-tier subcontractor amended(29 U.S.C.794),and Title VI of the Civil Rights Act or service provider. of 1964,as amended,and related regulations including 49 CFR Parts 21,26,and 27;and 23 CFR Parts 200,230,and Contracting agencies may reference Form FHWA-1273 in bid 633. proposal or request for proposal documents,however,the Form FHWA-1273 must be physically incorporated(not The following provision is adopted from 23 CFR 230,Appendix referenced)in all contracts,subcontracts and lower-tier A,with appropriate revisions to conform to the U.S. subcontracts(excluding purchase orders,rental agreements Department of Labor(US DOL)and FHWA requirements. and other agreements for supplies or services related to a construction contract). 1.Equal Employment Opportunity:"Equal Employment Opportunity(EEO)requires that the contractor not discriminate 2. Subject to the applicability criteria noted in the following and take affirmative action to assure equal opportunity. The sections,these contract provisions shall apply to all work specific affirmative action standards for the contractor's project performed on the contract by the contractor's own organization activities under this contract are set forth under laws,executive and with the assistance of workers under the contractor's orders, rules, regulations(28 CFR 35,29 CFR 1630,29 CFR 1 1625-1627,41 CFR 60,and 49 CFR 27),and orders of the employees by means of meetings,employee handbooks,or Secretary of Labor,as modified by the provisions prescribed other appropriate means. herein,and imposed pursuant to 23 U.S.C. 140.".The provisions of the Americans with Disabilities Act of 1990(42 4.Recruitment:When advertising for employees,the U.S.C. 12101 et seq.)set forth under 28 CFR 35 and 29 CFR contractor will include in all advertisements for employees the 1630 are incorporated by reference In this contract. In the notation:"An Equal Opportunity Employer." All such execution of this contract,the contractor agrees to comply with advertisements will be placed in publications having a large the following minimum specific requirement activities of EEO: circulation among minorities and women in the area from which the project work force would normally be derived. a.The contractor will work with the contracting agency and the Federal Government to ensure that it has made every a. The contractor will,unless precluded by a valid good faith effort to provide equal opportunity with respect to all bargaining agreement,conduct systematic and direct of its terms and conditions of employment and in their review recruitment through public and private employee referral of activities under the contract. sources likely to yield qualified minorities and women. To meet this requirement,the contractor will identify sources of b.The contractor will accept as its operating policy the potential minority group employees and establish with such following statement: identified sources procedures whereby minority and women applicants may be referred to the contractor for employment "II is ne policy of this Company to assure that applicants consideration. are employed.and tha!employees are treated during emplayrnern:,w,thout regard to their race.religion,sox, b. In the event the contractor has a valid bargaining sexual ern r;iaon,gender idenrity,color,national origin,age agreement providing for exclusive hiring hall referrals,the or disability. Such action shall include:employment, contractor is expected to observe the provisions of that upgrade ia,de rxion,or transfer;recruitment or recruitment agreement to the extent that the system meets the contractor's advcr!F=.iq;layol;or termination;rates of pay or other forms compliance with EEO contract provisions. Where of compensation;and selection for training,including implementation of such an agreement has the effect of appi-iticeship,pre-apprenticeship,and/or on-the-job discriminating against minorities or women,or obligates the training." contractor to do the same,such implementation violates Federal nondiscrimination provisions. 2. EEO Officer:The contractor will designate and make known to the contracting officers an EEO Officer who will have c. The contractor will encourage its present employees to 'he responsibility for and must ou cinab'e of eHeclively refer minorities and women as applicants for employment. administering and promcrlinu an active EEO program and who Information and procedures with regard to referring such must be assigned adequate autrtoray ano responsibility to do applicants will be discussed with employees. so. 5.Personnel Actions:Wages,working conditions,and 3. Dissemination of Policy:All members of the contractor's employee benefits shall be established and admin's'r-r•sci.and staff who are authorized to hire,supervise,promote,and personnel actions of every type including hiring,ur.4 r,':id,'lg. discharge employees,or who recommend such action or are promotion,transfer,demot`:on,'.aye f, and terminatto--i ;-J be Subs,antralfy involved in such action.wilt be made fully taken without regard to race,color,religion,sex,sexual cognizant of and will impleinerit the cur:ractor's EEO policy orientation,gender identity, national origin,age or disability. and contractual responslbilit',es to provide EEO In each grade The following procedures shall be followed: and classification of employment. To ensure that the above agreement will be met,the following actions will be taken as a a. The contractor will conduct periodic inspections of project minimum: sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site a. Periodic meetings of supervisory and personnel office personnel. employees will be conducted before the start of work and then not less often than once every six months,at which time the b. The contractor will periodically evaluate the spread of contractor's EEO policy and its implementation will be wages paid within each classification to determine any reviewed and explained. The meetings will be conducted by evidence of discriminatory wage practices. the EEO Officer. c. The contractor will periodically review selected personnel b. All new supervisory or personnel office employees will be actions in depth to determine whether there is evidence of given a thorough indoctrination by the EEO Officer,covering discrimination. Where evidence is found,the contractor will all major aspects o,t7e contractor's EEO obligations within promptly take correct+v. ad on. If the review indicates that the thirty days following their reporting for duty with the contractor. discrimination rrav ex:e id beyond the actions reviewed,such corrective action shall include all affected persons. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the d. The contractor will promptly investigate all complaints of contractor's procedures For,ocating and hiring minorities and alleged discrimination made to the contractor in connection women. with its obligations under this contract,will attempt to resolve such complaints,and will take appropriate corrective action d. Notices and posters serting forth the contractor's EEO within a reasonable time. If the investigation indicates that the policy will be placed in areas readily accessible to employees, discrimination may affect persons other than the complainant, applicants for employment ario❑oterinal employees. such corrective action shall include such other persons. Upon completion of each investigation,the contractor will inform e. The contractor's EEO policy and the procedures to every complainant of all of their avenues of appeal. implement such policy will be brought to the attention of 6.Training and Promotion: 2 special provisions,such contractor shall immediately notify the a. The contractor will assist in locating,qualifying,and contracting agency. increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts 8. Reasonable Accommodation for Applicants/ should be aimed at developing full journey level status Employees with Disabilities: The contractor must be familiar employees in the type of trade or job classification involved. with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established b. Consistent with the contractor's work force requirements thereunder. Employers must provide reasonable and as permissible under Federal and State regulations,the accommodation in all employment activities unless to do so contractor shall make full use of training programs(i.e., would cause an undue hardship. apprenticeship)and on-the-job training programs for the geographical area of contract performance. In the event a 9.Selection of Subcontractors,Procurement of Materials special provision for training is provided under this contract, and Leasing of Equipment:The contractor shall not this subparagraph will be superseded as indicated in the discriminate.on the grounds of race,color, religion,sex,sexual special provision. The contracting agency may reserve orientation,gender identity,national origin,age,or disability in training positions for persons who receive welfare assistance the selection and retention of subcontractors,including in accordance with 23 U.S.C. 140(a). procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to c. The contractor will advise employees and applicants for ensure nondiscrimination in the administration of this contract. employment of available training programs and entrance requirements for each. a. The contractor shall notify all potential subcontractors, suppliers,and lessors of their EEO obligations under this d. The contractor will periodically review the training and contract. promotion potential of employees who are minorities and women and will encourage eligible employees to apply for b. The contractor will use good faith efforts to ensure such training and promotion. subcontractor compliance with their EEO obligations. 7.Unions:If the contractor relies in whole or in part upon unions as a source of employees,the contractor will use good 10. Assurances Required: faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by a. The requirements of 49 CFR Part 26 and the State the contractor,either directly or through a contractor's DOT's U.S. DOT-approved DBE program are incorporated by association acting as agent,will include the procedures set reference. forth below: b. The contractor,sub recipient or subcontractor shall not a. The contractor will use good faith efforts to develop,in discriminate on the basis of race,color,national origin,or sex cooperation with the unions,joint training programs aimed in the performance of this contract.The contractor shall carry toward qualifying more minorities and women for membership out applicable requirements of 49 CFR part 26 in the award in the unions and increasing the skills of minorities and women and administration of DOT-assisted contracts.Failure by the so that they may qualify for higher paying employment. contractor to carry out these requirements is a material breach of this contract,which may result in the termination of this b. The contractor will use good faith efforts to incorporate an contract or such other remedy as the recipient deems EEO clause into each union agreement to the end that such appropriate,which may include,but is not limited to: union will be contractually bound to refer applicants without (1)Withholding monthly progress payments; regard to their race,color,religion,sex,sexual orientation, (2)Assessing sanctions; gender identity,national origin,age,or disability. (3)Liquidated damages;and/or (4)Disqualifying the contractor from future bidding as non- c. The contractor is to obtain information as to the referral responsible. practices and policies of the labor union except that to the c. The Title VI and nondiscrimination provisions of U.S. extent such information is within the exclusive possession of DOT Order 1050.2A at Appendixes A and E are incorporated the labor union and such labor union refuses to furnish such by reference. information to the contractor,the contractor shall so certify to the contracting agency and shall set forth what efforts have 11.Records and Reports:The contractor shall keep such been made to obtain such information. records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of d. In the event the union is unable to provide the contractor three years following the date of the final payment to the with a reasonable flow of referrals within the time limit set forth contractor for all contract work and shall be available at in the collective bargaining agreement,the contractor will, reasonable times and places for inspection by authorized through independent recruitment efforts,fill the employment representatives of the contracting agency and the FHWA. vacancies without regard to race,color, religion,sex,sexual orientation,gender identity,national origin,age,or disability; a. The records kept by the contractor shall document the making full efforts to obtain qualified and/or qualifiable following: minorities and women. The failure of a union to provide sufficient referrals(even though it is obligated to provide (1)The number and work hours of minority and non- exclusive referrals under the terms of a collective bargaining minority group members and women employed in each work agreement)does not relieve the contractor from the classification on the project; requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations (2)The progress and efforts being made in cooperation pursuant to Executive Order 11246,as amended,and these with unions,when applicable,to increase employment opportunities for minorities and women;and 3 often than once a week,and without subsequent deduction or (3)The pry ckyess and efforts being made in locating,hiring, rebate on any account(except such payroll deductions as are training,qualii,;ing,and upgrading minorities and women. permitted by regulations issued by the Secretary of Labor under the Copeland Act(29 CFR part 3)),the full amount of b. The contractors and subcontractors will submit an annual wages and bona fide fringe benefits(or cash equivalents report to the ccmac:trng agency each July for the dumi-in of thereof)due at time of payment computed at rates not less the proiecl indic�.11 nq !hc n,i nt]er of minorily,wolves anri ,on- than those contained in the wage determination of the minority group employees,currently engaged-n r.n a;ork Secretary of Labor which is attached hereto and made a part classification required t;y:he contract work. This inioi-ation is hereof, regardless of any contractual relationship which may to be reported on Cor .'iyA- 9 The staffing r:i at;j should be alleged to exist between the contractor and such laborers represent the project work force on board in all or any .art of and mechanics. 91,e last paym,l perina preceding the end cif July. I';]r;-,he iob training is being required by special provision. the c:c,i Tact°r Contributions made or costs reasonably anticipated for bona will be required to collect and report traauw.g•da:a 1,ic fide fringe benefits under section 1(b)(2)of the Davis-Bacon employment da'a should reflect rl-e va k fc;rce on board during Act on behalf of laborers or mechanics are considered wages all or any part ai the last payroll pc- o+i oorc;ceding the end of paid to such laborers or mechanics,subject to the provisions July. of paragraph 1.d.of this section;also,regular contributions made or costs incurred for more than a weekly period(but not III.NONSEGREGATED FACILITIES less often than quarterly)under plans,funds,or programs which cover the particular weekly period,are deemed to be This provision is applicable to all Federal-aid consiruction constructively made or incurred during such weekly period. contracts and to all related construction subcontracts of Such laborers and mechanics shall be paid the appropriate $10,000 or more. wage rate and fringe benefits on the wage determination for the classification of work actually performed,without regard to The contractor must ensure that facilities provided for skill,except as provided in 29 CFR 5.5(a)(4). Laborers or employees are provided in such a r an•r;:r that segregation on mechanics performing work in more than one classification the basis of race,color,religion,s:-x. e r.r;al orientation, may be compensated at the rate specified for each gender identity- il:o ai c•r, ai.n;;r stilt. T rs-•�o,tractor classification for the time actually worked therein:Provided, may gender ide ncilher ity-� rr•c:r,segre t:;d -io--e ❑y written nr:r: That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. 10 ic;r; nor toier::e such Use by empieycc custom 'i' a The wage determination(including any additional classification inPiar,:or's obliga,,o 7 r:ct iris further to :: sa ,loyees are not ss tin d' perform rn;ir sc v ces at any and wage rates conformed under paragraph 1.b.of this I:_•c: ion under the r.. •r.;i ctcr's CCJnI a wltare the'acilities are section)and the Davis Bacon poster(WH-1321)shall be ssn .'gated. The term"I a :litl_+ " i,:r lees waiting rooms,work posted at all times by the contractor and its subcontractors at areas, restaurants and oli rli coal g areas, time docks, the site of the work in a prominent and accessible place where restrooms,washrooms,locker rooms and other storage or it can be easily seen by the workers. dressing areas.parking lots,drink`nq fountains-recreation or entertainment areas,transportal.o,. L110 l 110u=.ing provided for b.(1)The contracting officer shall require that any class of employees. The contractor shall pro.,f-k- ,_)arate or single- laborers or mechanics,including helpers,which is not listed in user restrooms and necessary dress ng or sleeping areas to the wage determination and which is to be employed under the assure privacy between sexes. contract shall be classified in conformance with the wage determination.The contracting officer shall approve an additional classification and wage rate and fringe benefits IV. DAVIS-BACON AND RELATED ACT PROVISIONS therefore only when the following criteria have been met: This section is applicable to all c ire :.; :c:-:_xistrud iri (i)The work to be performed by the classification projects exceeding ;2.000 and subcontracts and requested is not performed by a classification in the wage ower-tier subcontracts fregardle•_,of s,a,conlract size). The determination;and reoc:iremcnls app y to all ❑rc;l;-c s located ewahin the right-of- way of a oadway that s I.-ir.cl•:ri::1,•, ;lassified as Federal-aid (ii)The classification is utilized in the area by the hrgnwa�y. This excludes ro;d!%ay.-. I rirhonaliy classified as local roads or rurz nr tu:- ,o!cctor::-:vh c.h a.re exempt.Where construction industry;and the applicable law t gt.ires that prujcr is t),=treated as a project on a Federal-aid h,yrway,the prcnv i,o-i-.o,thia subpart will (iii)The proposed wage rate,including any bona fide apply regardless ri i,� oration of the p o,r cl.Contracting fringe benefits,bears a reasonable relationship to the agencies may eiecl to apply these require tints to other wage rates contained in the wage determination. projects. (2) If the contractor and the laborers and mechanics to be The following provisions are from the U.S.Depart:rent of employed in the classification(if known),or their Labor regulations in 29 CFR 5.5"Contract provisions and representatives,and the contracting officer agree on the related matters'%v0i minor revisions to conform to the FHWA- classification and wage rate(including the amount 1273 format and FHWA program requirements. designated for fringe benefits where appropriate),a report of the action taken shall be sent by the contracting officer to the 1. Minimum wages Administrator of the Wage and Hour Division,Employment Standards Administration,U.S.Department of Labor, Washington, DC 20210.The Administrator,or an authorized a. All laborers and mechanics employed or working upon representative,will approve,modify,or disapprove every the site of the work,will be paid unconditionally and not less additional classification action within 30 days of receipt and 4 so advise the contracting officer or will notify the contracting a. Payrolls and basic records relating thereto shall be officer within the 30-day period that additional time is maintained by the contractor during the course of the work and necessary. preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work.Such records (3) In the event the contractor,the laborers or mechanics shall contain the name,address,and social security number of to be employed in the classification or their representatives, each such worker, his or her correct classification,hourly rates and the contracting officer do not agree on the proposed of wages paid(including rates of contributions or costs classification and wage rate(including the amount anticipated for bona fide fringe benefits or cash equivalents designated for fringe benefits,where appropriate),the thereof of the types described in section 1(b)(2)(B)of the contracting officer shall refer the questions,including the Davis-Bacon Act),daily and weekly number of hours worked, views of all interested parties and the recommendation of the deductions made and actual wages paid.Whenever the contracting officer,to the Wage and Hour Administrator for Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that determination.The Wage and Hour Administrator,or an the wages of any laborer or mechanic include the amount of authorized representative,will issue a determination within any costs reasonably anticipated in providing benefits under a 30 days of receipt and so advise the contracting officer or plan or program described in section 1(b)(2)(B)of the Davis- will notify the contracting officer within the 30-day period that Bacon Act,the contractor shall maintain records which show additional time is necessary. that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible,and that the plan or program has been communicated in writing to the (4)The wage rate(including fringe benefits where laborers or mechanics affected,and records which show the appropriate)determined pursuant to paragraphs 1.b.(2)or costs anticipated or the actual cost incurred in providing such 1.b.(3)of this section,shall be paid to all workers performing benefits.Contractors employing apprentices or trainees under work in the classification under this contract from the first approved programs shall maintain written ev dence of the day on which work is performed in the classification. registration of apprenticeship programs and certification of trainee programs,the registration of the apprentices and c.Whenever the minimum wage rate prescribed in the trainees,and the ratios and wage rates prescribed in the comract for a class of laborers or mechanics includes a fringe applicable programs. benefit which is not expressed as an hourly rate,the contractor shall either pay the benefit as stated in the wage determination b.(1)The contractor shall submit weekly for each week in or shall pay another bona fide fringe benefit or an hourly cash which any contract work is performed a copy of all payrolls to equivalent Ihcreof• the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be d. If the contractor does not make payments to a trustee or maintained under 29 CFR 5.5(a)(3)(i),except that full social (D;her third person,the contractor may cons,der as pat of the security numbers and home addresses shall not be included wages o°any iabore+ or mechanic the amount of any costs on weekly transmittals. Instead the payrolls shall only need to reasonably anticipmed iri providing bona fide rnngo beretils include an individually identifying number for each employee under a plan or program.Provided,That the )ecre,ary of e.g.,the last four digits of the employee's social security number).The required weekly payroll information may be Labor has found. upon the written request of;he c ct a have submitted in any form desired.Optional Form WH-347 is that the t.Tlica e standards of the Davis Bacon Act have available for this purpose from the Wage and Hour Division been met.The Secretary a Labor may require the contractor Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm to i . ions in a separate account assets for the meeting of or its successor site.The prime contractor is responsible for obiit_Ialicros under the plan or program. the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social 2. Withholding security number and current address of each covered worker, and sha!I provide them upon request to the contracting agency The contacting agency shall upon its awn action or upon foo transrnissicn to the State DOT,the FHWA or the Wage and written request of an authorized representative of the Hour Division of the Department of Labor for purposes of an Department of Labor,withhold or cause to be withheld from investigation or audit of compliance with prevailing wage the contractor under this contract,or any other Federal requirements.It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and :::;r ac; .Nil i 1 the s,i,;r ^r me contractor,or any other federally- social security numbers to the prime contractor for its own :;.:nod c❑nlr3c:i s.e:blect:o Davis-Bacon prevailing wage s nelU by'he same prince contractor',so records,without weekly submission to the contracting agency. ecu en.�n s,uvf c . much of the a,;C,un,_i l..ayments or advances as may be considered necessary to pay laborers and mechanics, (2) Each payroll submitted shall be accompanied by a including apprentices,trainees,and helpers,employed by the "Statement of Compliance,"signed by the contractor or contractor or any subcontractor the hill amount of wages subcontractor or his or her agent who pays or supervises the required by the contract. In the cvent of failure to pay any payment of the persons employed under the contract and shall laborer or mechanir_, including any apprenlic:e,trainee,or certify the following: helper.employed or%V0Fki1g on the site of the work,all or part of the wages required by the contract, the contracting agency may,after written notice to the contractor,take such action as (i)That the payroll for the payroll period contains the information required to be provided under may be necessary to cause the suspension of any further (a)( tio of payment,advance,or guarantee of funds until such violations Regulations,29 CFR part 5,the appropriatee information is have ceased. being maintained under§5.5(a)(3)(i)of Regulations,29 CFR part 5,and that such information is correct and complete; 3. Payrolls and basic records 5 (ii)That each laborer or mechanic[.including each applicable wage rate on the wage determination for the helper,apprentice. and Irainee)employed on the conlrac, classification of work actually performed. In addition,any during the payroll penod has been paid the toll weekly apprentice performing work on the cab site in excess of the wages earned,wifhoul rebate,either directly or�ndirec?ly, ratio permitted under the registered program shall be paid not and that no deductions have been made either directly or less than the applicable wage rase on the wage determination indirectly from the full wages(mrrled,other Inan for the work actually performed.Where a contractor is permissible deductions as set torah in Regulations,29 CFR performing construction on a project in a locality other than part 3; that in which its program is registered,the ratios and wage rates(expressed in percentages of the journeyman's hourly rate)specified in the contractor's or subcontractor's registered ( ;Thatea'Wi. I<atcr•`r cr aiechanio has been paid not program shall be observed. less vdayy rates and frnge benc.fns or cash crai,r;aients for tho::ass'isication o'work De';ormed, as specii'ern 'i li r�atop is aole wage determination Every apprentice must be paid at not less than the rate incorporated into the contract. specified in the registered prograrn for the apprentice's level of progress,expressed as a percentage of the Journeymen hourly 3 Tne weekly submission of a properly executed rate specified in tho applicable wage determination. certification set forth an the reverse side of Optional Form Apprentices shall be paid 1wifie benefits in accordance with the W H-347 shall satisfy the requirement for submission of the the repot provisions of the apprenticeship program, if be f its, "Statement of Compliance"required by paragraph 3.b.(2)of apprenticeship program does not speedy fringe bebenef this section. apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different (4)The falsification of arty of the above certifir alio,rs may practice prevails for the applicable apprentice classification, subject the contractor or s4roconlractor to civil or criminal fringes shall be paid in accordance w.th'hat determination. prosecution under section ioo i of title 18 and section 231 of title 31 of the United States Code. In the event the Office of Apprenticeship Training,Employer and Labor Services,or a State Apprenticeship Agency c.The contractor or subcontractor shall make the records recognized by the Office,withdraws approval of an required under paragraph 3.a,of this section available for apprenticeship program,the contractor will no longer be inspection,copying,or iranscriptiori by authorized permitted to utilize apprentices at 'less than'ho applicable representa'ives of the contracting agency,the Slate DOT,the predetermined rate for the work performed unu':an acceptable FHWA, or the Department of Labor,and shall permit such program is approved. representatives to interview employees during working hours on the job. If tnr:.contractor OF subcontractor fails to submit the b.Trainees(programs of the USDOL). required records or to make them available,the FHWA may, after written notice to the contractor,the contracting agency or the State DOT,take such action as may be necessary to Except as provided in 29 GFR 5.16. trainees will not be cause the suspension of any further payment,advance,or per milteed to work at less than the predetermined rate for the guarantee of funds. Furthermore,failure to submit the required work performed unless they are employed pursuant to and records upon request or to make such records available may mcividuaiiy registered in a program which has received onor be grounds for debarment action pursuant to 29 CFR 5.12. approval,evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. 4. Apprentices and trainees a.Apprentices(programs of the USDOL). The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Apprentices will be permitted to work at less Than the predetermined rate for the work they perormed when ti hey are Every trainee must be paid at not less than the rate specified emp;ayed pursuant to and individually reglsterca, n a'bona°idc ;n the approved p-gr,rr nor,h, t ainr;?':; ev-nl of oroiyess, apprenticeship program registered with She U-S. Dopartrne It of expressed as a perc'l-rinq[ cd;lie nt,rr ry i an hrr;.ir:V rate Labor-Employment and Training Admen,,:ration Office of specified irr[!' arrp r,n)Ic wa p cLG r-iIit rrr trainees shall ApproWiceship Training, Employer and Labor Services.orwith De pa;d in accorr,,3i roIi U ^ra-rvisions of the a State Apprenticeship Agency recognized by the Office,or if a trainee piuglrr,n. tit c tra+nee p!ocr!---cites iol MCI :Ior person -s employed in his or her first 90 days of prob.3honary fringe benefits,trainees shall be paid the full amount of fringe empigyment as an apprentice in such an„pprent:ceship benefits listed on the wage determination unless the program,who is not individually registered in[Tie program,but Administrator of the Wage and Hour Division determines that who has been certified by the Off.ce o'Apprenticeship there is an apprenticeship program associated with the Training.Employer and Labor Services or a State corresponding is i.mcy;::in wacio rate on the waive Apprenticeship Agency(where appropnatr.)to be eligible for determination tit:c.h t:rc;tide f;u less than full fringe benefits probationary ernployrrrent .is an apprentcc for ap:;rentices.Any employ,e listed on the payroll at a trainee rate who is not registered,a,.r1 participating in atraining plan The allowable ratio of ap'prehtices to journey-nen on the jpb approved by the Employment and Training Administration shall Site in any craft class°icatipn shall not be greater than the ratio be paid not less than the applicable wage rate on the wage nennit!ed to the contractor as to the enl rr worl<force under determination for the classification of work actually performed. the registered program.Any wor' er Listed on a payroll at an In addition,any trainee performing work on the job site in apprc-,imce wage rate,wino is not registered or otherwise excess of the ratio permitted under the registered program employed as stated above,shall be paid not less than the 6 shall be paid not less than the applicable wage rate on the be awarded Government contracts by virtue of section 3(a)of wage determination for the work actually performed. the Davis-Bacon Act or 29 CFR 5.12(a)(1). 1,1 the even[Chc Enloioyment and Training Administranun b. No part of this contract shall be subcontracted to any person withdraws approval of a training program,the contractor will no or firm:neligiblo for award of a Government con+.rac'by vinue onger be permuted to utilize trainees at less than the of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)[t j. applicable predetermined rate for the work performed until an acceptable program is approved. c.The penalty for making false statements is prescribed in the c.Equal employment opportunity.The utilization of U.S.Criminal Code, 18 U.S.C.1001. apprentices, Iracnees and journey.-Pen under this part shall be V. CONTRACT WORK HOURS AND SAFETY in conformity with the equal employment opportunity STANDARDS ACT requiremenis of Executsve Order 11246,as amended,and 29 CFR part 30. The following clauses apply to any Federal-aid construction contract in an amount in excess of$100,000 and subject to the d. Apprentices and Trainees(programs of the U.S.DOT). over,ime provisions of the Contract Work Hours and Safety Standards Act.These clauses shall be inserted in addition to Apprentices and trainees working under ao the clauses required by 29 CFR 5.5(a)or 29 CFR 4.6. As RP g pr:=ntiby hip and used in this paragraph,the terms laborers and mechanics skill training programs which have Dean ce�i.:'�eri by the Secretary or Transportation as promokncg EEO.n connection include watchmen and guards. with Federa,!-a:d highway construction orograi-rs are not subject to:he reclulFemcnts of paragraph 4 of till$Section IV. 1.Overtime requirements. No contractor or subcontractor Tile s;ra,nht 11me hourly wage rates for apprentices and contracting for any part of the contract work which may require traiflocs under such programs will be established by the or involve the employment of laborers or mechanics shall par:icular programs.The ratio of apprentices and trainees to require or permit any such laborer or mechanic in any journeymen shall not be greater than permitted by the terms of workweek in which he or she is employed on such work to the particular program. work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less 5.Compliance with Copeland Act requirements. The than one and one-half times the basic rate of pay for all hours contractor shall comply with the requirements of 29 CFR part worked in excess of forty hours in such workweek. 3,which are incorporated by reference in this contract. 2.Violation;liability for unpaid wages;liquidated 6.Subcontracts. The contractor or subcontractor shall insert damages. In the event of any violation of the clause set forth Form FHWA-1273 in any subcontracts and also require the in paragraph(1.)of this section,the contractor and any subcontractors to include Form FHWA-1273 in any lower tier subcontractor responsible therefor shall be liable for the subcontracts The prime contractor shall be responsible for the unpaid wages. In addition,such contractor and subcontractor compliance by any subcontractor or lower tier subcontractor shall be liable to the United States(in the case of work done with all the contract clauses in 29 CFR 5.5. under contract for the District of Columbia or a territory,to such District or to such territory),for I'iquidated damages.Such liquidated damages shall be computed wih respect to each 7.Contract termination:debarment. A breach of the individual laborer or mechanic,including watchmen and contract clauses in 29 CFR 5.5 may be grounds for termination guards,employed in violation of the clause set forth in of the contract,and for debarment as a contractor and a paragraph(1.)of this section,in the sum of$10 for each subcontractor as provided in 29 CFR 5.12. calendar day on which such individual was required or perry:alna vork n exL;:as ca;hc.;i.ai"da-6 workweek of forty 8.Compliance with Davis-Bacon and Related Act hours wit`i:;�,7 L�ayrr,ent a':h�-o)V&:1•ne wanes required by the requirements. All rulings and interpretations of the Davis- clause so,;orvi in paragrapq t1.)of this section. Bacon and Related Acts contained in 29 CFR parts 1,3,and 5 are herein incorporated by reference in this contract. 3.Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its awn action 9.Disputes concerning labor standards.Disputes arising or upon written request of an authorized representative of the out of the labor standards provisions of this contract shall not Department of Labor withhold or cause to be withheld,from be subject to the general disputes clause of this contract.Such any moneys payable on account of work performed by the disputes shall be resolved in accordance with the procedures contractor or subcontractor under any such contract or any of the Department of Labor set forth in 29 CFR parts a.6.and other Fedoral contract with the same prime contractor,or any 7.Disputes within the meaning of this clause include disputes other feacrally assisted contract subject to the Contract Work between the contractor(or any of its subcontraciors)and the Hours and Safety Standards Act,which is held by the same contracting agency,the U.S. Department of Labor,or the prime contractor,such sums as may be determined to be employees or their representatives. necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(2.)of this 10.Certification of eligibility. section. a.By entering into this contract,the contractor certifies that 4.Subcontracts. The contractor or subcontractor shall insert neither it(nor he or she)nor any person or firm who has an in any subcontracts the clauses set forth in paragraph(1.) interest in the contractor's firm is a person or firm ineligible to through(4.)of this section and also a clause requiring the 7 subcontractors to include these clauses in any lower tier engineering services)as the contracting officer determines is subcontracts.The prime contractor shall be responsible for necessary to assure the performance of the contract. compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs(1.)through(4.)of this 4.No portion of the contract shall be sublet,assigned or section. otherwise disposed of except with the written consent of the contracting officer,or authorized representative,and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is VI.SUBLETTING OR ASSIGNING THE CONTRACT evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. This provision is applicable to all Federal-aid construction 5.The 30%self-performance requirement of paragraph(1)is contracts on the National Highway System. not applicable to design-build contracts;however,contracting 1.The contractor shall perform with its own organization agencies may establish their own self-performance contract work amounting to not less than 30 percent(or a requirements. greater percentage if specified elsewhere in the contract)of the total original contract price,excluding any specialty items VII.SAFETY:ACCIDENT PREVENTION designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such This provision is applicable to all Federal-aid construction specialty le;rr:oerformed may be deduced from thetotal contracts and to all related subcontracts. origii s :. n ra[.I i_rice before computing the amount of work requi.ed io be ss r k.,rned by lire contractors awn organization 1. In the performance of this contract the contractor shall (23 CFR 635.116). comply with all applicable Federal,State,and local laws a, l he!ern perform work with its own organization"refers governing safety,health,and sanitation(23 CFR 635).The to workers employed or leased by the prime contractor,and contractor shall provide all safeguards,safety devices and equipment owned or rented by tale or ime contractor,with or protective equipment and take any other needed actions as it without operators. Sucn term does not include employees or determines,or as the contracting officer may determine,to be equipment of a subconvar:lor,or lower tier s;ubronlractor, reasonably necessary to protect the life and health of agents of the prime contractor,or any other assignees. The employees on the job and the safety of the public and to tens may include payrnen;s for the costs of 5iinrig leased protect property in connection with the performance of the employees from an emp oype leasing firrrr meeting all relevant work covered by the contract. Federal and State regularory requirements. Leased 2. It is a condition of this contract,and shall be made a employees may only be included in this term if the prime condition of each subcontract,which the contractor enters into contractor meets all of the following conditions: pursuant to this contract,that the contractor and any (1)the prime contractor maintains control over the subcontractor shall not permit any employee,in performance supervision of the day-to-day activities of the leased of the contract,to work in surroundings or under conditions which are unsanitary,hazardous or dangerous to his/her employees; health or safety,as determined under construction safety and (2)the prime contractor remains responsible for the quality of the work the leased employees; health standards(29 CFR 1926)promulgated by the Secretary of Labor,in accordance with Section 107 of the Contract Work (3)the prime contractor retains all power to acceptor Hours and Safety Standards Act(40 U.S.C.3704). exclude individual employees from work on the protect;and (4)the prime contractor remains ultimately responsible for 3. Pursuant to 29 CFR 1926.3,it is a condition of this contract the payment of predetermined minimum,,vagos, lie that the Secretary of Labor or authorized representative submission of payrolls,statements of coiTip;ia'=arrd all thereof,shall have right of entry to any site of contract other Federal regulatory requirements. performance to inspect or investigate the matter of compliance b."Specialty Items"shall be construed to be limited to work with the construction safety and health standards and to carry that requires highly saecoaized knovOedge.abilities,or out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act(40 equ:prTtenl not ord narily avaisaole in the type of corrlrac;inq U.S.C.3704). organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. VIII.FALSE STATEMENTS CONCERNING HIGHWAY 2.The contract amount upon which the requirements set forth PROJECTS in paragraph(1)of Section VI is computed includes the cost of This provision is applicable to all Federal-aid construction material and manufactured products which are to be contracts and to all related subcontracts. purchased or produced by the contractor under the contract provisions. In order to assure high quality and durable construction in 3.The contractor shall furnish(a)a competent superintendent conformity with approved plans and specifications and a high or supe visor who is employer:by the firm,has full authority to degree of reliability on statements and representations made direct performance of the work in accordance with the contract by engineers,contractors,suppliers,and workers on Federal- requrromenls•and is:n chrsrge of all construction operations aid highway projects,it is essential that all persons concerned (regardless of who peda`ms+.he%vorkl and(b)such other of its with the project perform their functions as carefully,thoroughly, and honestly as possible. Willful falsification,distortion,or own organize iona'•resources(supervis on rn,:Iragement and misrepresentation with respect to any facts related to the 8 project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and 1.Instructions for Certification—First Tier Participants: similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project(23 CFR 635)in one or more a.By signing and submitting this proposal,the prospective places where it is readily available to all persons concerned first tier participant is providing the certification set out below. with the project: b.The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this 18 U.S.C. 1020 reads as follows: covered transaction.The prospective first tier participant shall submit an explanation of why it cannot provide the certification "Whoever,being an officer,agent,or employee of the United set out below.The certification or explanation will be Stales,or of any State or TerMory,or whoever,whether a considered in connection with the department or agency's person,association,f r•r, or corpo,a:ion.xnowingly makes any determination whether to enter into this transaction. However, false s'a errew. false:reraresenta!icn,or=also repor;as to the failure of the prospective first tier participant to furnish a character,qual ly gtianlrty,or cosl of:he maleriai iseo or to certification or an explanation shall disqualify such a person be used,OF;he quantity or cualty of the wWcrk performed or to from participation in this transaction. be performed,or the cast thereof in connection with the submission of plans,maps,specifications,contracts,or costs c.The certification in this clause is a material representation of construction on any highway or related project submitted for of fact upon which reliance was placed when the contracting approval to the Secretary of Transportation;or agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered Whoever knowingly makes any false statement,false an erroneous certification,in addition to other remedies representat on false report or false claim with respoct:o the available to the Federal Government,the contracting agency chai acter.qualily,quantity,or cost of any work performed or to may terminate this transaction for cause of default. be performed,or materials furnished or To be'urnishec,in connection with the construction of any highway or related d.The prospective first tier participant shall provide project approved by the Secretary of Transportation;or immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier Whoever knowingly makes any false statement or false participant learns that its certification was erroneous when representation as to material fact in any statement,certificate, submitted or has become erroneous by reason of changed or report submitted pursuant to provisions of the Federal-aid circumstances. Roads Act approved July 1,1916,(39 Stat.355),as amended and supplemented; e.The terms"covered transaction,""debarred," "suspended,""ineligible,""participant,""person," "principal," Shall be fined under this title or imprisoned not more than 5 and"voluntarily excluded,"as used in this clause,are defined years or both." in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions"refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant IX.IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL (such as the prime or general contract). "Lower Tier Covered WATER POLLUTION CONTROL ACT Transactions"refers to any covered transaction under a First Tier Covered Transaction(such as subcontracts). "First Tier This provision is applicable to all Federal-aid construction Participant"refers to the participant who has entered into a contracts in excess of$150,000 and to all related covered transaction with a recipient or subrecipient of Federal subcontracts. funds(such as the prime or general contractor). "Lower Tier Participant"refers any participant who has entered into a By submission of this bid/proposal or the execution of this covered transaction with a First Tier Participant or other Lower contract or subcontract,as appropriate,the bidder,proposer, Tier Participants(such as subcontractors and suppliers). Federal-aid construction contractor,subcontractor,supplier,or vendor f.The prospective first tier participant agrees by submitting agrees to comply with all applicable standards,orders or this proposal that.should the proposed covered transaction be regulations issued pursuant to the Clean Air Act(42 U.S.C. entered into,it shall not knowingly enter into any lower tier 7401-7671q)and the Federal Water Pollution Control Act,as covered transaction with a person who is debarred, amended(33 U.S.C.1251-1387).Violations must be reported suspended,declared ineligible,or voluntarily excluded from to the Federal Highway Administration and the Regional Office participation in this covered transaction,unless authorized by of the Environmental Protection Agency. the department or agency entering into this transaction. g.The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled X.CERTIFICATION REGARDING DEBARMENT, "Certification Regarding Debarment,Suspension, Ineligibility SUSPENSION,INELIGIBILITY AND VOLUNTARY and Voluntary Exclusion-Lower Tier Covered Transactions," EXCLUSION provided by the department or;,I_,-,1•actii,g agency,entering into this covered transaction, .v:f or,t m.-diI cation,in all lower This provision is applicable to all Federal-aid construction tier covered transactions and in all solicitations for lower tier contracts,design-build contracts,subcontracts,lower-tier covered transactions exceeding the$25,000 threshold. subcontracts,purchase orders,lease agreements,consultant contracts or any other covered transaction requiring FHWA h.A participant in a covered transaction may rely upon a approval or that is estimated to cost$25,000 or more— as certification of a prospective participant in a lower tier covered defined in 2 CFR Parts 180 and 1200. transaction that is not debarred,suspended,ineligible,or voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous. A participant is 9 responsible for ensuring that its principals are not suspended, b. Where the prospective participant is unable to certify to debarred,or otherwise ineligible to participate in covered any of the statements in this certification,such prospective transactions. To verify the eligibility of its principals,as well as participant shall attach an explanation to this proposal. the eligibility of any lower tier prospective participants,each participant may,but is not required to,check the System for 3.Instructions for Certification-Lower Tier Participants: Award Management website(https://www.sam-gov). (Applicable to all subcontracts,purchase orders,and other i. Nothing contained in the foregoing shall be construed to lower tier transactions requiring prior FHWA approval or require the establishment of a system of records in order to estimated to cost$25,000 or more-2 CFR Parts 180 and render in good faith the certification required by this clause. 1200) The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a.By signing and submitting this proposal,the prospective a prudent person in the ordinary course of business dealings. lower tier participant is providing the certification set out below. j.Except for transactions authorized under paragraph(f)of b.The certification in this clause is a material representation these instructions,if a participant in a covered transaction of fact upon which reliance was placed when this transaction knowingly enters into a lower tier covered transaction with a was entered into. If it is later determined that the prospective person who is suspended,debarred,ineligible,or voluntarily lower tier participant knowingly rendered an erroneous excluded from participation in this transaction,in addition to certification,in addition to other remedies available to the other remedies available to the Federal Government,the Federal Government,the department,or agency with which department or agency may terminate this transaction for cause this transaction originated may pursue available remedies, or default. including suspension and/or debarment. •**** c.The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is 2. Certification Regarding Debarment,Suspension, submitted if at any time the prospective lower tier participant Ineligibility and Voluntary Exclusion—First Tier learns that its certification was erroneous by reason of Participants: changed circumstances. a. The prospective first tier participant certifies to the best of d.The terms"covered transaction,""debarred," its knowledge and belief,that it and its principals: "suspended,""ineligible,""participant,""person,""principal," and"voluntarily excluded,"as used in this clause,are defined (1) Are not presently debarred,suspended,proposed for in 2 CFR Parts 180 and 1200. You may contact the person to debarment,declared ineligible,or voluntarily excluded from which this proposal is submitted for assistance in obtaining a participating in covered transactions by any Federal copy of those regulations. "First Tier Covered Transactions" department or agency; refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant(such as the (2) Have not within a three-year period preceding this prime or general contract). "Lower Tier Covered Transactions" proposal been convicted of or had a civil judgment rendered refers to any covered transaction under a First Tier Covered against them for commission of fraud or a criminal offense in Transaction(such as subcontracts). "First Tier Participant" connection with obtaining,attempting to obtain,or performing refers to the participant who has entered into a covered a public(Federal,State,or local)transaction or contract under transaction with a recipient or subrecipient of Federal funds a public transaction;violation of Federal or State antitrust (such as the prime or general contractor). "Lower Tier statutes or commission of embezzlement,theft,forgery, Participant"refers any participant who has entered into a bribery,falsification or destruction of records,making false covered transaction with a First Tier Participant or other Lower statements,or receiving stolen property; Tier Participants(such as subcontractors and suppliers). (3) Are not presently indicted for or otherwise criminally or e.The prospective lower tier participant agrees by civilly charged by a governmental entity(Federal,State or submitting this proposal that,should the proposed covered local)with commission of any of the offenses enumerated in transaction be entered into,it shall not knowingly enter into paragraph(a)(2)of this certification;and any lower tier covered transaction with a person who is debarred,suspended,declared ineligible,or voluntarily (4) Have not within a three-year period preceding this excluded from participation in this covered transaction,unless application/proposal had one or more public transactions authorized by the department or agency with which this (Federal,State or local)terminated for cause or default. transaction originated. (5)Are not a corporation that has been convicted of a felony f.The prospective lower tier participant further agrees by violation under any Federal law within the two-year period submitting this proposal that it will include this clause titled preceding this proposal;and "Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," (6)Are not a corporation with any unpaid Federal tax liability without modification,in all lower tier covered transactions and that has been assessed,for which all judicial and in all solicitations for lower tier covered transactions exceeding administrative remedies have been exhausted,or have lapsed, the$25,000 threshold. and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax g.A participant in a covered transaction may rely upon a liability. certification of a prospective participant in a lower tier covered transaction that is not debarred,suspended,ineligible,or voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous.A participant is responsible for ensuring that its principals are not suspended, 10 debarred,or otherwise ineligible to participate in covered Congress in connection with the awarding of any Federal transactions. To verify the eligibility of its principals,as well as contract,the making of any Federal grant,the making of any the eligibility of any lower tier prospective participants,each Federal loan,the entering into of any cooperative agreement, participant may,but is not required to,check the System for and the extension,continuation,renewal,amendment,or Award Management website(:;-__ Lvww_sam.novo,which is modification of any Federal contract,grant,loan,or compiled by the General Services Administration, cooperative agreement. h.Nothing contained in the foregoing shall be construed to b. If any funds other than Federal appropriated funds have require establishment of a system of records in order to render been paid or will be paid to any person for influencing or in good faith the certification required by this clause.The attempting to influence an officer or employee of any Federal knowledge and information of participant is not required to agency,a Member of Congress,an officer or employee of exceed that which is normally possessed by a prudent person Congress,or an employee of a Member of Congress in in the ordinary course of business dealings. connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and i.Except for transactions authorized under paragraph a of submit Standard Form-LLL,"Disclosure Form to Report these instructions,if a participant in a covered transaction Lobbying,"in accordance with its instructions. knowingly enters into a lower tier covered transaction with a person who is suspended,debarred, ineligible,or voluntarily 2.This certification is a material representation of fact upon excluded from participation in this transaction,in addition to which reliance was placed when this transaction was made or other remedies available to the Federal Government,the entered into. Submission of this certification is a prerequisite department or agency with which this transaction originated for making or entering into this transaction imposed by 31 may pursue available remedies,including suspension and/or U.S.C. 1352. Any person who fails to file the required debarment. certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. 3.The prospective participant also agrees by submitting its Certification Regarding Debarment,Suspension, bid or proposal that the participant shall require that the Ineligibility and Voluntary Exclusion--Lower Tier language of this certification be included in all lower tier Participants: subcontracts,which exceed$100,000 and that all such recipients shall certify and disclose accordingly. 1.The prospective lower tier participant certifies,by submission of this proposal,that neither it nor its principals: XII. USE OF UNITED STATES-FLAG VESSELS: (a)is presently debarred,suspended,proposed for debarment, declared ineligible,or voluntarily excluded from participating in This provision is applicable to all Federal-aid construction covered transactions by any Federal department or agency; contracts,design-build contracts,subcontracts,lower-tier subcontracts,purchase orders, lease agreements,or any other (b)is a corporation that has been convicted of a felony covered transaction(46 CFR Part 381). violation under any Federal law within the two-year period preceding this proposal;and This requirement applies to material or equipment that is acquired for a specific Federal-aid highway project. It is not (c)is a corporation with any unpaid Federal tax liability that applicable to goods or materials that come into inventories has been assessed,for which all judicial and administrative independent of an FHWA funded-contract. remedies have been exhausted,or have lapsed,and that is not being paid in a timely manner pursuant to an agreement When oceanic shipments(or shipments across the Great with the authority responsible for collecting the tax liability. Lakes)are necessary for materials or equipment acquired for a specific Federal-aid construction project,the bidder,proposer, 2.Where the prospective lower tier participant is unable to contractor,subcontractor,or vendor agrees: certify to any of the statements in this certification,such prospective participant shall attach an explanation to this 1.To utilize privately owned United States-flag commercial proposal. vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers,dry cargo liners, "''' and tankers)involved,whenever shipping any equipment, material,or commodities pursuant to this contract,to the XI.CERTIFICATION REGARDING USE OF CONTRACT extent such vessels are available at fair and reasonable rates FUNDS FOR LOBBYING for United States-flag commercial vessels. This provision is applicable to all Federal-aid construction 2.To furnish within 20 days following the date of loading for contracts and to all related subcontracts which exceed shipments originating within the United States or within 30 $100,000(49 CFR 20). working days following the date of loading for shipments originating outside the United States,a legible copy of a rated, 1.The prospective participant certifies,by signing and on-board'commercial ocean bill-of-lading in English for each submitting this bid or proposal,to the best of his or her shipment of cargo described in paragraph(b)(1)of this section knowledge and belief,that: to both the Contracting Officer(through the prime contractor in the case of subcontractor bills-of-lading)and to the Office of a.No Federal appropriated funds have been paid or will be Cargo and Commercial Sealift(MAR-620),Maritime paid,by or on behalf of the undersigned,to any person for Administration,Washington, DC 20590.(MARAD requires influencing or attempting to influence an officer or employee of copies of the ocean carrier's(master)bills of lading,certified any Federal agency,a Member of Congress,an officer or onboard,dated,with rates and charges.These bills of lading employee of Congress,or an employee of a Member of may contain business sensitive information and therefore may 11 be submitted directly to MARAD by the Ocean Transportation 6.The contractor shall include the provisions of Sections 1 Intermediary on behalf of the contractor). through 4 of this Attachment A in every subcontract for work which is,or reasonably may be,done as on-site work. ATTACHMENT A-EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Developrnent Act of 1965. 1.During the performance of this contract.the contractor undertaking to do work which is,or reasonably may be,done as on-site work,shall give preference to qualified persons who •egOarly reside in the labor area as designated by'he DOL wherein the contract work is s'traled,or the subregion,or the Appalachian counties of the State wherein the contract work is situated,except: a.To the extent that qualified persons regularly residing in the area are not available. b.For the reasonable needs of the contractor to employ supervisory or specially experienced persorinel necessary to assure an efficient execi'.ion of the conlracl work. c. For the obligation of the contractor to offer employment to prosenl or former employees as[he result of a lawful collective bargaining co+itract.provided*hat the number of nonresident persons employed under[his subparagraph(1c)shall not exceed 20 pof-cent of the total number of employees employed by the contractor or.the contract work,except as provided in subparagraph(4)below. 2.The contractor shall place a job order with the State Employment Service indicating(a)the classifications of the laborers,mechanics and other employees required to perform the contract work, (b)the number of employees required in each classification,(c)the date on which the participant estimates such employees will be required,and(d)any other oerlinent information required by the State Emplaymerr. Service to comphc:e the job order form. The job orocr may be placed nilh the Statc Employment Service in wrilincs or by :e;ephone. If during she course of the conlracl work. the information subwilled by Ine corz,ractor in[ho ong:rlal jot;order is substantially modified,the participant shall promptly notify the State Employment Service. 3.The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who,in his opinion,are not qualified to perform the classification of work required. 4. If,within one week following the placing of a job order by the contractor with the State Employment Service,the State Employment Service is unable to refer any qualified job app`=cants"o the contractor, or less than the number rcnuested,the State Employment Service will zorward a o•wr;ific+ie to the contractor indicating the unavailaoil:ty of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate,the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate.notwithstanding the provisions of subparagraph(1 c) above. 5. The urovs.ons of 23 CFR 633.247(e)allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 12 APPENDIX C STATE, FEDERAL, DING COUNTY PREVAILING WAGES AND BENEFIT CODE IiEY Page 1 "General Decision Number: WA20200001 09/11/2020 Superseded General Decision Number: WA20190001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 1 02/14/2020 2 02/28/2020 3 03/06/2020 4 03/13/2020 5 05/01/2020 6 07/03/2020 7 07/10/2020 8 07/24/2020 9 08/07/2020 10 08/14/2020 11 09/11/2020 1 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 2 CARP0003-006 06/01/2018 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS (Piledriver only) , PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean) , SKAMANIA, and WAHKIAKUM Counties. Rates Fringes Carpenters: CARPENTERS. . . . . . . . . . . . . . . . . .$ 37.64 16.83 DIVERS TENDERS. . . . . . . . . . . . . .$ 43.73 16.83 DIVERS. . . . . . . . . . . . . .. . . . . . . .$ 87.73 16.83 DRYWALL. . . . . . . . . . .. . .. . . . . . .$ 37.64 16.83 MILLWRIGHTS.. . . . . . . . . . . .. . . .$ .38.17 16.83 PILEDRIVERS. . . . . . . . . . . . . . . . .$ 38.71 16.83 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates) : Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities ---------------------------------------------------------------- 2 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 3 CARP0030-004 06/01/2019 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM Counties Rates Fringes CARPENTER BRIDGE CARPENTERS. . . . . . . . . . .$ 45.92 16.52 CARPENTERS ON CREOSOTE MATERIAL. . . . . . . . . . . . . . . . . . . .$ 46.02 16.52 CARPENTERS. . . . . . . . . . . . . . . .. .$ 45.92 16.52 DIVERS TENDER. . . . . . . . . . . . . . .$ 50.79 16.52 DIVERS. . . . . . . . . . . . . . . . . . . . . .$ 99. 68 16.52 MILLWRIGHT AND MACHINE ERECTORS. . . . . . . . . . . . . . . . . . . .$ 47.42 16.52 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING. . . . . . . .$ 46.17 16.52 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour 3 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 4 ---------------------------------------------------------- CARP0059-002 06/01/2019 ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian) , COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of 120th meridian) , KITTITAS (East of 120th meridian) , LINCOLN, OKANOGAN (East of 120th meridian) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120th meridian) Counties Rates Fringes CARPENTER GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 35.47 16.88 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 47.42 18.96 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 36.66 16.88 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 36.66 16.88 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 83.96 16.88 GROUP 6. . . .. . . . . . . . . . . . . .. . .$ 40.23 16.88 GROUP 7. . . . . . . . . . . . . . . . . . . . .$ 41.23 16.88 GROUP 8. . . . . . . . . . . . . . . . . . .. .$ 37.66 16.88 GROUP 9. . . . . . . . . . . . . . . . . . . . .$ 44.23 16.88 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, Machine Erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, Dock, and Wharf carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby GROUP 8: Assistant Diver Tender, ROV Tender/Technician GROUP 9: Manifold Operator-Mixed Gas ZONE PAY: ZONE 1 0-45 MILES FREE ZONE 2 45-100 $4.00/PER HOUR ZONE 3 OVER 100 MILES $6.00/PER HOUR 4 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 5 DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE. ) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task) , where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. 5 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 6 LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ""splash suit"". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. CARP0770-003 06/01/2019 WEST OF 120TH MERIDIAN FOR THE FOLLOWING COUNTIES: CHELAN, DOUGLAS, GRANT, KITTITAS, OKANOGAN, and YAKIMA Rates Fringes CARPENTER CARPENTERS ON CREOSOTE MATERIAL. . . . . . . .. . . . . . . . .. .$ 46.02 16.52 CARPENTERS. . . . . . . . . . . . . . . .. .$ 45.92 16.52 DIVERS TENDER. . . . . . . . . . . . . . .$ 50.79 16.52 DIVERS. . . . . . . . . . . . . . . . . . . . . .$ 99.68 16.52 MILLWRIGHT AND MACHINE ERECTORS. . . . . . . . . . . . . . . . . . . .$ 47.42 16.52 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING. . . . . . . .$ 46.17 16.52 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour 6 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 7 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ---------------------------------------------------------------- * ELEC0046-001 08/03/2020 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 59.91 30+21.46 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 58.78 3%+22.51 ---------------------------------------------------------------- * ELECO048-003 01/01/2020 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 44.22 21.50 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 47.85 24.41 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. --------------------------------------------------------------- ELECO048-029 01/01/2020 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 44.22 21.50 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 47.85 24.41 7 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 8 ELECO073-001 01/01/2020 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 34.10 16.68 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 36.05 19.23 ---------------------------------------------------------------- ELECO076-002 08/31/2018 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 48.06 23.23 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 43.69 23.10 ELECO112-005 06/01/2019 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 48.35 21.13 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 46.05 21.06 ---------------------------------------------------------------- ELECO191-003 06/01/2020 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 44.23 17.73 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 47.95 26.16 ---------------------------------------------------------------- ELECO191-004 06/01/2018 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 40.82 17.63 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 42.45 21.34 8 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 9 ENGI0302-003 06/01/2020 CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) , SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES Zone 1 (0-25 radius miles) : Rates Fringes POWER EQUIPMENT OPERATOR Group 1A. . . . . . . . . . . . . . . . . . .$ 48.41 22.47 Group 1AA. . . . . . . . . . . . . . . . . .$ 49.13 22.47 Group 1AAA. . . . . . . . . . . . . . . . .$ 49.83 22.47 Group 1. . . . . . . . . . . . . . . . . . . . .$ 47.70 22.47 Group 2. . . . . . . . . . . . . . . . . . . . .$ 47.08 22.47 Group 3. . . . . . . . . . . . . . . . . . . . .$ 46.55 22.47 Group 4. . . . . . . . . . . . . . . . . . . . .$ 43.54 22.47 Zone Differential (Add to Zone 1 rates) : Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments) ; Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments 9 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 10 GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper) ; Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump-truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power) ; Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor patrol graders-finishing; Piledriver (other than crane mount) ; Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Cate-rpillar, Barbar Green; Scraper-self propelled, hard tail end dump, articulating off-road equipment-under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A-frame crane over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists-(elevators and manlifts) , air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift materials; Saws-concrete; Scrpers-concrete and carry-all; Service engineer-equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes-A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator 10 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 11 HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class ""C"" Suit - Base wage rate plus $ .25 per hour. H-3 Class ""B"" Suit - Base wage rate plus $ .50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $ .75 per hour. ---------------------------------------------------------------- ENGI0370-002 07/01/2019 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) , COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 28.46 17.25 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 28.78 17.25 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 29.39 17.25 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 29.55 17.25 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 29.71 17.25 GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 29.99 17.25 GROUP 7. . . . . . . . . . . . . . . . . .. . .$ 30.26 17.25 GROUP 8. . . . . . . . . . . . . . . . .. . . .$ 31.36 17.25 ZONE DIFFERENTIAL (Add to Zone 1 rate) : Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho 11 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 12 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power) ; Deck Hand; Fireman & Heater Tender; Hydro-seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator) , except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler-Driver (CLD required) & Cable Tender, Mucking Machine GROUP 2: A-frame Truck (single drum) ; Assistant Refrigeration Plant (under 1000 ton) ; Assistant Plant Operator, Fireman or Pugmixer (asphalt) ; Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement) ; Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power) ; Concrete Saw (multiple cut) ; Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated) ; Fork Lift or Lumber Stacker, hydra-lift & similar; Gin Trucks (pipeline) ; Hoist, single drum; Loaders (bucket elevators and conveyors) ; Longitudinal Float; Mixer (portable-concrete) ; Pavement Breaker, Hydra-Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled) ; Railroad Power Tamper Operator (self-propelled) ; Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete) ; Spreader Box (self-propelled) ; Straddle Buggy (Ross & similar on construction job only) ; Tractor (Farm type R/T with attachment, except Backhoe) ; Tugger Operator GROUP 3: A-frame Truck (2 or more drums) ; Assistant Refrigeration Plant & Chiller Operator (over 1000 ton) ; Backfillers (Cleveland & similar) ; Batch Plant & Wet Mix Operator, single unit (concrete) ; Belt-Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar) ; Bending Machine; Bob Cat (Skid Steer) ; Boring Machine (earth) ; Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar) ; Bump Cutter (Wayne, Saginau or similar) ; Canal Lining Machine (concrete) ; Chipper (without crane) ; Cleaning & Doping Machine (pipeline) ; Deck Engineer; Elevating Belt-type Loader (Euclid, Barber Green & similar) ; Elevating Grader-type Loader (Dumor, Adams or similar) ; Generator Plant Engineers (diesel or electric) ; Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet) ; Soil Stabilizer (P & H or similar) ; Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator 12 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 13 GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar) ; Curb Extruder (asphalt or concrete) ; Drills (churn, core, calyx or diamond) ; Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist) ; Loaders (overhead & front-end, under 4 yds. R/T) ; Refrigeration Plant Engineer (under 1000 ton) ; Rubber-tired Skidders (R/T with or without attachments) ; Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity) ; Turnhead (with re-screening) ; Vacuum Drill (reverse circulation drill under 8 inch bit) GROUP 5: Backhoe (under 45,000 gw) ; Backhoe & Hoe Ram (under 3/4 yd. ) ; Carrydeck & Boom Truck (under 25 tons) ; Cranes (25 tons & under) , all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons) ; Drilling Equipment (8 inch bit & over) (Robbins, reverse circulation & similar) ; Hoe Ram; Piledriving Engineers; Paving (dual drum) ; Railroad Track Liner Operaotr (self-propelled) ; Refrigeration Plant Engineer (1000 tons & over) ; Signalman (Whirleys, Highline Hammerheads or similar) ; Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade wire) ; Backhoe (45,000 gw and over to 110,000 gw) ; Backhoes & Hoe Ram (3/4 yd. to 3 yd. ) ; Batch Plant (over 4 units) ; Batch & Wet Mix Operator (multiple units, 2 & incl. 4) ; Blade Operator (motor patrol & attachments) ; Cable Controller (dispatcher) ; Compactor (self-propelled with blade) ; Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons) , all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds. ) ; Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete) ; Quad-Track or similar equipment; Rollerman (finishing asphalt pavement) ; Roto Mill (pavement grinder) ; Scrapers, all, rubber-tired; Screed Operator; Shovel (under 3 yds. ) ; Trenching Machines (7 ft. depth & over) ; Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (Recycle Train) ; Lime Brain Operator (Recycle Train) ; Mobile Crusher Operator (Recycle Train) 13 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 14 GROUP 7: Backhoe (over 110,000 gw) ; Backhoes & Hoe Ram (3 yds & over) ; Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons) , all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over) ; Elevating Belt (Holland type) ; Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar) ; Loaders (overhead & front-end, over 8 yds. to 10 yds.) ; Rubber-tired Scrapers (multiple engine with three or more scrapers) ; Shovels (3 yds. & over) ; Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar) ; Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi) ; Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower) , all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over) ; Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. l ENGI0612-001 09/28/2018 PIERCE County ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles) : Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A. . . . . . . . . . . . . . . . . . .$ 44.44 19.97 GROUP 1AA. . . . . . . . .. . . . . .. . .$ 45.09 19.97 GROUP 1AAA. . . . . . . . . . .. . . .. .$ 45.73 19.97 GROUP 1. . . . . . . . . . . . .. . . . . . . .$ 43.79 19.97 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 43.23 19.97 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 42.74 19.97 GROUP 4. . . . . . . . . . . . . . . . . . .. .$ 40.01 19.97 14 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 15 Zone Differential (Add to Zone 1 rates) : Zone 2 (26-45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self-propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump-truck mount with boom attachment; Crusher; Deck engineer/deck winches (power) ; Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount) ; Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay 15 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 16 GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists- (elevators and manlifts) , air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfit materials; Saws-concrete; Scrapers, concrete and carry all; Service engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes A-frame 10 tons and under; Elevator and manlift (permanent and shaft type) ; Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger-mechanical; Power plant; Pumps-water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""Dill' Suit - Base wage rate plus $ .50 per hour. H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour. H-3 Class ""Bill' Suit - Base wage rate plus $1.50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour. ---------------------------------------------------------------- 16 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 17 ENGI0612-012 09/28/2018 LEWIS, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles) : Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A. . . . . . . . . . . . . . . . . . .$ 44.44 19.97 GROUP 1AA. . . . . . . . . . . . . . . . . .$ 45.09 19.97 GROUP 1AAA. . . . . . . . . . . . . . . . .$ 45.73 19.97 GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 43.79 19.97 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 43.23 19.97 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 42.74 19.97 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 40.01 19.97 Zone Differential (Add to Zone 1 rates) : Zone 2 (26-45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self-propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type 17 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 18 GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump-truck mount with boom attachment; Crusher; Deck engineer/deck winches (power) ; Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount) ; Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists-(elevators and manlifts) , air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfit materials; Saws-concrete; Scrapers, concrete and carry all; Service engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes A-frame 10 tons and under; Elevator and manlift (permanent and shaft type) ; Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger-mechanical; Power plant; Pumps-water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc. ) less than $150, 000. 18 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 19 HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""D"" Suit - Base wage rate plus $ .50 per hour. H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour. H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour. ENG10701-002 01/01/2018 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 41.65 14.35 GROUP 1A. . . . . . . . . . . . . . . . . . . .$ 43.73 14.35 GROUP 1B. . . . . . . . . . . . . . . . . . . .$ 45.82 14.35 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 39.74 14.35 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 38.59 14.35 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 37.51 14.35 GROUP 5. . . . . . . . . . . .. .. . . . .$ 36.27 14.35 GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 33.05 14.35 Zone Differential (add to Zone 1 rates) : Zone 2 - $3.00 Zone 3 - $6.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens ""Blast Zone"" shall receive Zone I pay for all classifications. 19 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 20 All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (2001 ) boom or less (including jib, inserts and/or attachments) ; Crane, ninety (90) ton through one hundred ninety nine (199) ton with over two hundred (200 ' ) boom Including jib, inserts and/or attachments) ; Crane, Tower Crane with one hundred seventy five foot (1751 ) tower or less and with less than two hundred foot (2001 ) jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work Group lA Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (2001 ) boom (including jib, inserts and/or attachments) ; Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175' ) tower or over two hundred foot (2001 ) jib; Crane, tower Crane on rail system or 2nd tower or more in work radius 20 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 21 Group 1B Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (2001 ) boom (including jib, inserts and/or attachments) ; Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over Group 2 Asphalt Plant (any type) ; Asphalt Roto-Mill, pavement profiler eight foot (8' ) lateral cut and over; Auto Grader or ""Trimmer""; Blade, Robotic; Bulldozer, Robotic Equipment (any type) ; Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and/or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required) ; Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (1501 ) boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty-five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (200' ) of boom (including jib inserts and/or attachments) ; Crane, fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (150' ) boom (including jib inserts and/or attachments) ; Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs. ; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and including one hundred twenty thousand (120,000) lbs. ; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150' ) boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot (1501 ) boom or less (including jib inserts and/or attachments) ; Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds. ; Excavator over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs. ; Loader sixty thousand (60,000) lbs. and less than one hundred twenty thousand (120,000) lbs. 21 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 22 Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement profiler, under eight foot (8' ) lateral cut; Asphalt, ` Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20, 000) lbs. with any attachments; Blade (any type) ; Boatman; Boring Machine; Bulldozer over twenty thousand (20, 000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs. ; Cable-Plow (any type) ; Cableway up to twenty five (25) ton; Cat Drill (John Henry) ; Chippers; Compactor, multi-engine; Compactor, Robotic; Compactor with blade self-propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (1001 ) in height and less than one hundred fifty foot (150 ' ) jib (on rail included) ; Diesel-Electric Engineer (Plant or Floating) ; Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and/or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade-all; Guardrail Machines, i.e. punch, auger, etc. ; Hammer Operator (Piledriver) ; Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type) ; Jack Operator, Elevating Barges, Barge Operator, self-unloading; Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type) ; Pipe, Bending, Cleaning, Doping and Wrapping Machines; Rail, Ballast Tamper Multi-Purpose; Rubber-tired Dozers and Pushers; Scraper, all types; Side-Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type) ; Surface Heater and Planer; Tractor, rubber-tired, over fifty (50) HP Flywheel; Trenching Machine three foot (3' ) depth and deeper; Tub Grinder (used for wood debris) ; Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons 221 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 23 Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix) ; Asphalt, Roto-Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self-propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8' ) or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumperete Operator (any type) ; Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20, 000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs. ; Hydraulic Backhoe wheel type (any make) ; Laser Screed; Loaders, rubber-tired type, less than twenty five thousand (25,000) lbs. ; Pavement Grinder and/or Grooving Machine (riding type) ; Pipe, cast in place Pipe Laying Machine; Pulva-Mixer or similar types; Pump Operator, more than five (5) pumps (any size) ; Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser) ; Sweeper Self-Propelled; Tractor, Rubber-Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3' ) depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type) ; Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard) ; Broom, self-propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type) ; Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc. ) ; Oiler; Plant Oiler; Pump (any power) ; Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self-propelled; Rigger; Roller grading (not asphalt) ; Truck, Crane Oiler-Driver ---------------------------------------------------------------- 23 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 24 IRON0014-005 07/01/2019 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER.. . . . . . . . . . . . . . . . . . . . . .$ 33.59 29.26 IRON0029-002 05/01/2018 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 37.00 27.87 IRON0086-002 07/01/2019 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 33.59 29.26 ---------------------------------------------------------------- IRON0086-004 07/01/2019 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 42.35 29.56 ---------------------------------------------------------------- 241 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 25 LAB00238-004 06/01/2020 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian) , FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 26.69 13.65 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 28.79 13.65 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 29.06 13. 65 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 29.33 13.65 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 29.61 13.65 LABORER (SPOKANE) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 26.69 13.65 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 28.79 13.65 GROUP 3. . . . . . .. . . . . . . . . . . . . .$ 29.06 13. 65 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 29.33 13.65 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 29.61 13.65 Zone Differential (Add to Zone 1 rate) : $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson) ; Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine, 6 inches and smaller) ; Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material) ; Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers) ; Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal) ; Miner, Class ""A"" (to include 25 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 26 all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper) ; Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel) ; Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures) ; Tailhoseman (water nozzle) ; Timber Bucker and Faller (by hand) ; Track Laborer (RR) ; Truck Loader; Well-Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine) ; Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical ""splash suit"" and air purifying respirator) ; Jackhammer Operator; Miner, Class ""B"" (to include brakeman, finisher, vibrator, form setter) ; Nozzleman (to include squeeze and flo-crete nozzle) ; Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.) ; Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers) ; Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled) ; Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high) ; Gunite (to include operation of machine and nozzle) ; Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit"") ; High Scaler; Laser Beam Operator (to include grade checker and elevation control) ; Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels) ; Monitor Operator (air track or similar mounting) ; Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs. , jet blast machine power propelled, sandblast nozzle) ; Pavement Breaker (90 lbs. and over) ; Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer) ; Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) ; Miner Class ""D"", (to include raise and shaft miner, laser beam operator on riases and shafts) 26 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page I 27 ---------------------------------------------------------------- LAB00238-006 06/01/2019 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier. . . . . . . . . . . . . . . . . . . . . .$ 27.95 12.90 ---------------------------------------------------------------- LAB00242-003 06/01/2020 KING COUNTY Rates Fringes LABORER GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 27.78 12.35 GROUP 2A. . . . . . . . . . . . . . . . . . . .$ 31.82 12.35 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 39.81 12.35 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 40.77 12.35 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 41.43 12.35 Group 6. . . . . . . . . . . . . . . . . . . . .$ 41.43 12.35 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $2.25 27 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 28 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc. , prior to final acceptance by the owner) GROUP 2A: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs. ) ; Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material) ; Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator) ; Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site) ; Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs. ) ; Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit"") ; High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft) ; Spreader (concrete) ; Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber) ; Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) . Group 6: Miner 28 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page I 29 LAB00252-010 06/01/2020 CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC (EXCLUDING SOUTHWEST) , PIERCE, AND THURSTON COUNTIES Rates Fringes LABORER GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 27.78 12.44 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 31.82 12.44 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 39.81 12.44 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 40.77 12.44 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 41.43 12.44 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP l: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc. , prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car 29 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 30 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs. ) ; Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material) ; Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator) ; Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site) ; Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.) ; Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac) ; Faller and Bucker Chain Saw; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit"") ; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcr,ete, water blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft) ; Spreader (concrete) ; Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber) ; Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Grade Checker and Transit Person; High Scaler; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) . 30 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 31 ---------------------------------------------------------------- LAB00292-008 06/01/2020 ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES Rates Fringes LABORER GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 27.78 12.44 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 31.82 12.44 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 39.81 12.44 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 40.77 12.44 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 41.43 12.44 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc. , prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car 311Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 32 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs. ) ; Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material) ; Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator) ; Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site) ; Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.) ; Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit"") ; High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft) ; Spreader (concrete) ; Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber) ; Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) . 32 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 33 LAB00335-001 06/01/2020 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1. . . . . . . . . . . . . . . . . . . . $ 34.93 12.44 GROUP 2. . . . . . . . . . . . . . . . . . . . $ 35.65 12.44 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 36.20 12.44 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 36.66 12.44 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 31.93 12.44 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 29.01 12.44 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 25.14 12.44 Zone Differential (Add to Zone 1 rates) : Zone 2 $ 0. 65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change-House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew) ; Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages) ; General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types) ; Loading Spotters; Material Yard Man (including electrical) ; Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms) ; Rip Rap Man (hand placed) ; Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor) ; Toolroom Man (at job site) ; Tunnel Bullgang (above ground) ; Weight-Man- Crusher (aggregate when used) 33 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 34 GROUP 2: Applicator (including pot power tender for same) , applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw) ; Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc. ) ; Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime) ; Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers) ; Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet) ; Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber-mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring-down, or sloping and stripping) ; Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling) ; Pumperete Nozzlemen; Sand Blasting (Dry) ; Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls) ; Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman-Dinky Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers ---------------------------------------------------------------- LAB00335-019 06/01/2020 Rates Fringes Hod Carrier. . . . . . . . . . . . . . . . . . . . . .$ 34.93 12.44 34 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 35 LAB00348-003 06/01/2020 CHELAN, DOUGLAS (W OF 12TH MERIDIAN) , KITTITAS, AND YAKIMA COUNTIES Rates Fringes LABORER GROUP 1. . . . . . . . .. . . . . . . . . . . .$ 23.68 12.44 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 27.17 12.44 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 29.74 12.44 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 30.46 12.44 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 30.99 12.44 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc. , prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car 35 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 36 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.) ; Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material) ; Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator) ; Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site) ; Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.) ; Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit"") ; High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft) ; Spreader (concrete) ; Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber) ; Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) . 36 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 37 PAIN0005-002 07/01/2020 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS. . . . . . . . . . . . . . . . . . . .$ 31.90 17.23 ---------------------------------------------------------------- PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 20.82 7.44 ---------------------------------------------------------------- * PAIN0005-006 07/01/2018 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE) ; CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting. . . . . . . . . . . .$ 30.19 11.71 Over 30'/Swing Stage Work. .$ 22.20 7.98 Brush, Roller, Striping, Steam-cleaning and Spray. . . .$ 22.94 11.61 Lead Abatement, Asbestos Abatement. . . . . . . . . . . . . . . . . . .$ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- 37 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 38 PAIN0055-003 07/01/2019 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller. . . . . . . . . . . . . .$ 25.14 12.90 Spray and Sandblasting. . . . . .$ 25.14 12.90 All high work over 60 ft. = base rate + $0.75 -------------------------------------------------------------- PAIN0055-006 03/01/2020 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER. . . . . . . . . . . . . . . . . . . . .$ 35.87 13.40 PLAS0072-004 06/01/2020 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes CEMENT MASON/CONCRETE FINISHER ZONE 1. . . . . . . . . . . . . . . . . . . . . .$ 31.30 15.53 Zone Differential (Add to Zone 1 rate) : Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- 38 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 39 PLAS0528-001 06/01/2020 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON. . . . . . . . . . . . . . . .$ 45.80 18.54 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE. . . . . . .$ 46.30 18.54 TROWELING MACHINE OPERATOR ON COMPOSITION. . . . . . . . . . . . . .$ 46.30 18.54 PLAS0555-002 07/01/2019 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD. .$ 37.32 18.77 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD. . . . . . . . . . . .$ 36.58 18.77 CEMENT MASONS. . . . . . . . . . . . . . .$ 35.85 18.77 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS. . .$ 36.58 18.77 Zone Differential (Add To Zone 1 Rates) : Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- 391Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 40 TEAM0037-002 06/01/2019 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1. . . . . . . . . . . . . . . . . . . .$ 29.08 15.27 GROUP 2. . . . . . . . . . . . . . .. . . . .$ 29.20 15.27 GROUP 3. .. .. . .. . .. . . . . . . . . .$ 29.34 15.27 GROUP 4. . . . . . . . . .. . . . . . . . . .$ 29.62 15.27 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 29.85 15.27 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 30.03 15.27 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 30.24 15.27 Zone Differential (Add to Zone 1 Rates) : Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated) ; Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds. ; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site) ; Loader and/or Leverman on Concrete Dry Batch Plant (manually operated) ; Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman 401 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 41 GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu. ; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver-Straddle Carrier (used in loading, unloading and transporting of materials on job site) ; Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds. ; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self-Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds. ; Truck Mechanic-Welder-Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds. , and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds. , includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) ---------------------------------------------------------------- 41 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 42 * TEAM0174-001 06/01/2019 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1:. . . . . . . .. . .. . . .. . . .$ 40.38 20.46 GROUP 2:. . . . . . . . . . . . . .. . . . .$ 39.54 20.46 GROUP 3:. . . . . . . . . . . . . .. . . . .$ 36.73 20.46 GROUP 4: . . . . . . .. . . . . . . . . . . .$ 31.76 20.46 GROUP 5: . . . . .. . . . .. . . . . . .$ 39.93 20.46 ZONE B (25-45 miles from center of listed cities*) : Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*) : Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - ""A-frame or Hydralift"" trucks and Boom trucks or similar equipment when ""A"" frame or ""Hydralift"" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four-Wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates) ; Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck-3,000 gallons and over capacity 42 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 43 GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four-wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle) ; Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired) (when used within Teamster jurisdiction) ; Vacuum truck; Water Wagon and Tank trucks-less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle) ; Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ""splash suit."" LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- 43 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 44 TEAM0690-004 01/01/2019 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1. . . . . . . . . . . . . . . . . . . .$ 23.91 17.40 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 26.18 17.40 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 26.68 17.40 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 27.01 17.40 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 27.12 17.40 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 27.29 17.40 GROUP 7. . . . . . . . . . . . . . . . .. . .$ 27.82 17.40 GROUP 8. . . . . . . . . . . . . . . . . . . .$ 28.18 17.40 AREA 2: GROUP 1. . . . . . . . . . . . . . . . . . . .$ 26.05 17.40 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 28.69 17.40 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 28.80 17.40 GROUP 4. . . . . . . . . . . . . . . . . . ..$ 29.13 17.40 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 29.24 17.40 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 29.24 17.40 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 29.78 17.40 GROUP 8. . . . . . . . . . . . . . . . . . . .$ 30.10 17.40 Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office 441Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 45 TRUCK DRIVERS CLASSIFICATIONS GROUP l: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under) ; Leverperson (loading trucks at bunkers) ; Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity) ; Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under) ; Flat Bed Truck with Hydraullic System; Fork Lift (3001-16, 000 lbs. ) ; Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar) ; Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.) ; Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds. ) ; Warehouseperson (to include shipping & receiving) ; Wrecker & Tow Truck GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds. ) ; Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.) ; Lowboy (50 tons & under) ; Self- loading Roll Off; Semi-Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds. ) ; Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.) ; Truck-Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton) ; Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16, 000 lbs. ) ; Dumps (Semi-end) ; Mechanic (Field) ; Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds. ) ; Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.) ; Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel-power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8, 001- 14,000 gallons) ; Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer) ; Transit Mixers & Trucks Hauling Concrete (over 20 yds. ) ; Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds. ) ; Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons) ; GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, 45 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 46 bottom and articulated end dump (over 100 yds. ) ; Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C-D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . -------------------------------------------------------------- 46 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 47 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. 471Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 1 48 Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 48 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction Page 49 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board Are final. END OF GENERAL DECISION" 49 Page WA20200001 Modification 11 Federal Wage Determinations for Highway Construction 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: 8/6/2020 County Trade Job Classification Wage Holiday Overtime Note*Risk Class King Asbestos Abatement Journey Level $50.86 5D 1 H 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 1M View King Building Service Employees Janitor $25.58 5S 2F View King Building Service Emplo r�ees Traveling $26.03 5S 2F View Waxer/Shampooer King Buildinia Service Employees Window Cleaner (Non- $29.33 5S 2F View Scaffold) King Building Service Employee Window Cleaner (Scaffold) $30.33 5S 2F View King Cabinet Makers In Shop) Journey Level $22.74 1 View King Carpenters Acoustical Worker $62.44 7A 4C View King Carpenters Carpenter $62.44 7A 4C View King Carpenters Carpenters on Stationary $62.57 7A 4C View Tools King Carpenters Creosoted Material $62.54 7A 4C I View g $62.44 7A 4C View Kin Carpenters Floor Finisher _ _ 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 41J 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 $62.471 7A 41J View King Cement Masons Composition or Kalman $62.97 7A 4U View I I-Floors --- L 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 $62.471 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 $62.471 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 l7A 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 $62.971 _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 1 $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 Divers Et Tenders Dive Supervisor/Master $79.23 7A 4C View King Divers Et Tenders _:Diver $116.20 7A 4C 8V View King Divers Et Tenders Diver On Standby $74.23 7A 4C View King Divers Et Tenders Diver Tender $67.31 7A 4C View King Divers Et Tenders Manifold Operator $67.31 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) $56.00 5D 3F View King Dredge Workers Boatmen $56.44 5D 3F View King f3redge Workers 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 Dull Applicator Journey Level $62.44 5D 1 H View King Drywall Tapers IJourney Level $62.81 5P 1 E 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) $93.74 7C 4E View King Electricians - Inside jCertified Welder $84.26 7C 4E View King Electricians - Inside ICertified Welder (tunnel) $90.47 7C 4E View King Electricians - Inside Construction Stock Person $43.181 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 1 B View King Electricians - Powerline ICable Splicer $82.39 5A 4D View Construction King Electricians - Powerline Certified Line Welder $75.64 5A 4D View Construction King Electricians Poweriin,, 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 1 R View Concrete Products Factory Work Only King Fence Erectors Fence Erector $43.11 7A 4V 8Y View King Fence Erectors Fence Laborer $43.11 1 7A 4V 8Y View King Fla ers Journey Level $43.11 j 7A 4V 8Y View g y $66.51 7L 1 Y View Kin Glaziers �Journe Level _ King Heat a Frost Insulators And Journeyman $76.61 5J 4H View Asbestos Workers King Heating MechanicsgUipment Journey Level $85.88 7F 1 E View King Journey Level $52.44 7A 4V 8Y View Hod Carriers Et Mason Tenders King Industrial Power Vacuum Journey Level $13.50 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48; 5B 1K View King Inland Boatmen Deckhand Engineer $58.811 5B 1 K View King Inland Boatmen Lau _ j nch Operator $58.89 5B 1 K View King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Clean_i_n /Sealing Cleaner Operator, Foamer $31.49 1 View Of Sewer EL Water Sys Operator By Remote Control King Inspection/Cleaning/ alin Grout Truck Operator $13.50 1 View Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Seahn Head Operator $24.91 1 View Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/SealinE Technician $19.33 1 View Of Sewer Et Water Systems By Remote Control King Inspection/CleaninG/Seaiin Tv Truck Operator $20.45 1 View Of Sewer Et Water Systems By Remote Control King Insulation A2pjicators 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 $50.861 7A 4V U8YView King Laborers Burner $50.86 7A 4V King Laborers Caisson Worker $52.44 7A 4V King Laborers Carpenter Tender $50.86 7A 4V 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 $50.86 7A 4V 8Y View Shack King Laborers Chipping Gun (30 Lbs. And $51.80 7A 4V 8Y View Over) King Laborers Chipping Gun (Under 30 $50.86 7A 4V 8Y View Lbs.) King Laborers Choker Setter $50.86 7A 4V 8Y View King Laborers IChuck Tender $50.86 7A 4V 8Y View King Laborers Clary Power Spreader $51.80 7A 4V 8Y View King ILaborers Clean-up Laborer $50.86 7A 4V 8Y I View King Laborers Concrete Dumper/Chute $51.80 7A 4V 8Y View Operator King Laborers Concrete Form Stripper $50.86 7A 4V 8Y View King, Laborers Concrete Placement Crew $51.801 7A 4V 8Y View King Laborers Concrete Saw $51.80 7A 4V 8Y View Operator/Core Driller King Laborers Crusher Feeder $43.11 7A 4V 8Y View King Laborers lCuring 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 �"�Vie�w Diamond) King Laborers Dry Stack Walls $50.86 7A 4V 8Y View King Laborers Dump Person $50.861 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 IGabian Basket Builders $50.86 7A 4V 8Y View King Laborers General Laborer $50.861 7A 4V 8Y View King Laborers Grade Checker Et Transit $52.44 7A 4V 8Y View Person King Laborers Grinders $50.86 7A 4V 8Y View King Laborers Grout Machine Tender $50.86 7A 4V 8Y View King Laborers Groutmen (Pressure) $51.80 7A 4V 8Y View Including Post Tension Beams King Laborers Guardrail Erector $50.86 7A 4V 8Y View King Laborers Hazardous Waste Worker $52.44 7A 4V 8Y View (Level A) King Laborers Hazardous Waste Worker $51.80 7A 4V 8Y View (Level B) King Laborers Hazardous Waste Worker $50.86 7A 4V 8Y View (Level C) King Laborers jHigh 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 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 IPipe 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 $52.441 7A 4V 8Y View King Laborers Powderman's Helper $50.861 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 Laborers Re-timberman $52.44 7A 4V 8Y View King Laborers Remote Equipment $51.80 7A 4V 8Y View Operator King Laborers Rigger/Signal Person $51.80 7A 4V 8Y View King Laborers Rip Rap Person $50.86 7A 4V 8Y View King Laborers Rivet Buster _$51.80 7A 4V 8Y View King Laborers Rodder $51.801 7A 4V 8Y View King Laborers Scaffold Erector $50.86 7A 4V 8Y View King Laborers Scale Person $50.86 7A 4V 8Y View King Laborers Sloper (Over 20") $51.80 7A 4V 8Y View King Laborers Sloper Sprayer $50.86 7A 4V 8Y View King Laborers Spreader (Concrete) $51.80 7A 4V 8Y View King Laborers Stake Hopper $50.86 7A 4V 8Y View King Laborers Stock Piler $50.86 7A 4V 8Y View King Laborers Swinging Stage/Boatswain $43.11 7A 4V 8Y View Chair King Laborers Tamper Et Similar Electric, $51.80 7A 4V 8Y View Air Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $51.80 7A 4V 8Y View propelled) King Laborers Timber Person - Sewer $51.80 7A 4V 8Y View (Lagger, Shorer Et Cribber) King Laborers Toolroom Person (at $50.86 7A 4V 8Y View Jobsite) King Laborers Topper $50.86 7A 4V 8Y View King Laborers Track Laborer $50.86 7A 4V 8Y View King Laborers Track Liner (Power) $51.80 7A 4V 8Y View King Laborers Traffic Control Laborer $46.10 7A 4V 9C View King Laborers Traffic Control Supervisor $48.84 7A 4V 9C View King Laborers Truck Spotter $50.86 7A 4V 8Y View King, Laborers Tugger Operator $51.801 7A 4V 8Y View King Laborers Tunnel Work-Compressed $120.61 7A 4V 9B View Air Worker 0-30 psi King Laborers Tunnel Work-Compressed $125.64 7A 4V 9B View Air Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed $129.32 7A 4V 9B View Air Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed $135.02 7A 4V 9B View Air Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed $137.14 7A 4V 9B View Air Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed $142.24 7A 4V 9B View Air Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed $144.14 7A 4V 9B View Air Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed $146.14 7A 4V 9B View Air Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed $148.14 7A 4V 9B View Air Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and $52.54 7A 4V 8Y View Lock Tender King Laborers (Tunnel Work-Miner $52.54 7A 4V 8Y View King Laborers Vibrator $51.80 7A 4V 8Y View King Laborers Vinyl Seamer $50.86 7A 4V 8Y View King Laborers Watchman $39.18 7A 4V 8Y View King Laborers Welder $51.80 7A 4V 8Y View King Laborers Well Point Laborer $51.80 7A 4V 8Y View King Laborers Window Washer/Cleaner $39.18 7A 4V 8Y View King 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 i View King Lathers Journey Level $62.44 5D 1 H View King Marble Setters Journey Level $58.82 5A 1M View King Metal Fabrication [In Shop) Fitter $15.86 1 View King Metal Fabrication (In„Shop) Laborer $13.50 1 View King Metal Fah+-ication In. Shop) Machine Operator $13.50 1 View King Metal Fabrication lin Shop) Painter $13.50 1 View King Metal Fabrication (In Shop) Welder $15.48 1 View King Mitlwright Journey Level $63.94 7A 4C View King Modular Buildings Cabinet Assembly $13.50 1 View King Modular Bufldin s Electrician $13.50 1 View_ King Modular Buildi9,os Equipment Maintenance $13.50 1 View King Modular Buildings Plumber $13.501 1 View King Modular Buildings Production Worker $13.50 1 View King Modular Buildings Tool Maintenance $13.50 1 View King Modular Builtdinas Utility Person $13.50 1 View King Modular Buildings Welder $13.50 1 View King Painters Journey Level $43.40 6Z 2B View King Pile Driver Crew Tender $67.31 7A 4C View King Pile Driver Crew Tender/Technician $67.31 7A 4C View King Pile Driver Hyperbaric Worker- $77.93 7A 4C View Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker- $82.93 7A 4C View Compressed Air Worker 30.01 - 44.00 PSI _... King Pile Driver Hyperbaric Worker - $86.93 7A 4C View Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - $91.93 7A 4C View Compressed Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker- $94.43 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 y68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker- $103.43 7A 4C View Compressed Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - $105.43 7A 4C View Compressed Air Worker 72.01 - 74.00 PSI King Pile Driver lJourney Level $62.69 7A 4C View King Plasterers Journey Level $59.29 7� 1 R View King Playground Et Park Journey Level $13.50 1 View Equipment Installers King Plumbers Et Pipefitters Journey Level $89.19 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $69.16 7A 3K 8X View King Power E ui merit Operators Assistant Engineer $65.05 7A 3K 8X View King Power Equipment Opera-it s Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: $68.55 7A 3K 8X View concrete King Power E ui ment O erators Bobcat $65.051 7A 3K 8X View King Power Equipment Qperators Brokk- Remote $65.05 7A 3K 8X View Demolition Equipment E King Power Equipment Operators Brooms $65.05 7A 3K 8X View King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators Cableways $69.16 L 7A 3K 8X View King power Equipment Operators Chipper $68.55 7A 3K 8X View King Power Equipment Operators Compressor $65.05 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - $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 Eq ui pmeet Opera tors 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 E ui went Operator Cranes: 100 tons through $69.85 7A 3K 8X View 199 tons, or 150' of boom (including jib with attachments) King Power E ui meat Operators Cranes: 20 Tons Through $68.55 7A 3K 8X View 44 Tons With Attachments King Power Equipment Operators Cranes: 200 tons- 299 1 $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 E ui ment Operators Cranes: A-frame - 10 Tons $65.05 7A 3K 8X View And Under 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 E ui ment Operators Crusher $68.551 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck $68.55 7A 3K 8X View Winches (power) King Power Equipment Operator:. Derricks, On Building Work $69.16 7A 3K 8X View g $68.02 7A 3K 8X View Kin Power Equipment ment Operators Dozers D-9 8: Under King Power Equipment O>>eratorsI Drill Oilers: Auger Type, $68.02 7A 3K 8X View Truck Or Crane Mount King POWel' Equipment Operators Drilling Machine $69.851 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: $65.05 7A 3K 8X View Permanent And Shaft Type King Power- Equipment Operators Finishing Machine, Bidwell $68.55 7A 3K 8X View And Gamaco Et Similar Equipment King Power Equipment Operators 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 Operators Grade Engineer: Using $68.55 7A 3K 8X View Blue Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $65.05 7A 3K 8X View King Power EgUiPMent 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 Rower Equipment Operators. Hard Tail End Dump $68.55 7A 3K 8X View Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional $68.02 7A 3K 8X View Drill Locator King Power Equipment Operators Horizontal/Directional $68.55 7A 3K 8X View Drill Operator __........... King Power Equipment Operators Hydralifts/Boom Trucks $68.02 7A 3K 8X View Over 10 Tons King Power Equipment Operators Hydralifts/Boom Trucks, $65.05 7A 3K 8X View 10 Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. $69.85 7A 3K 8X View Et Over King Power Equipment Operators Loader, Overhead, 6 $69.16 7A 3K 8X View Yards. But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under $68.55 7A 3K 8X View 6 Yards King Power Equipment Operators Loaders, Plant Feed $68.55 7A 3K 8X View King Power 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 $69.16 7A-1 3K 8X View King Power Equipment Operators Mucking Machine, Mole, $69.16 7A 3K 8X View Tunnel Drill, Boring, Road Header And/or Shield King _Power Equipment Operators Oil Distributors, Blower $65.05 7A 3K 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators $68.02 7A 3K 8X View And Manlifts), Air Tuggers, i Strato King Power E ui ment Operators verhead, Bridge Type $68.55 7A 3K 8X View Crane: 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: $69.85 7A 3K 8X View 100 Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $69.16 7A 3K 8X View Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $65.051 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than l $68.55 7A 3K 8X ' View Crane Mount) 1 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 Kin Power Equipment Operators _ _ _ .,I? $65.05 7A 3K 8X View g Power Plant King Power Equipment Operators Pumps - Water $65.05 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And $69.16 7A 3K 8X View Over King Power Equipment Operators Quick Tower - No Cab, $65.05 7A 3K 8X View Under 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator $69.16 7A 3K 8X View On Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, $68.02 7A 3K 8X View Bellman (Certified) King Power Equipment,Operators Rollagon $69.16 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant $65.05 7A 3K 8X View Mix King Power Equipment Operators Roller, Plant Mix Or Multi- $68.02 7A 3K 8X View lift Materials King Power Equipment Operators Roto-mill, Roto-grinder $68.551 7A 3K 8X View King Power E ui pment Operators Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled $68.55 7A 3K 8X View Under 45 Yards King Power Equipment Operators Scrapers - Concrete Et $68.02 7A 3K 8X View Carry All King Power Equipment Operators Scrapers, Self-propelled: $69.16 7A 3K 8X View 45 Yards And Over 17 King Power Equipment Operators Service Engineers - $68.02� 7A 3K 8X View Equipment King Power E ui ment Operators Shotcrete/Gunite $65.05 7A 3K 8X View Equipment King Power Equipment Operators 1 $68.02 7A 3K 8X T View Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons King Power Eguipment_0_perators 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 Equipment Operators Shovel, Excavator, $70.57 7A 3K 8X View Backhoes: Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $69.16 7A 3K 8X View King Power Equipment Operators Spreader, Topsider Et $69.16 7A 3K 8X View Screedman King Power Equipment Operator> Subgrader Trimmer $68.55 7A 3K 8X View King Power EguipmentOpO.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 Operators 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 $69.16 7A 3K 8X View Truck Type King Power Equipment Operators 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 King Power Equipment Operators 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, Farmall $65.05 7A 3K 8X View Type King Power Equipment Operatccr ,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 King Power Equipment Batch Plant Operator, $68.55 7A 3K 8X View Operators- Under round Concrete Sewer Et Water 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- Under round 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- Under round Sewer Et Water King Power Equipment Cableways $69 1616 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Chipper $68.55 7A 3K 8X View Operators- Under round Sewer Et Water King Power Equipment Compressor $65.05 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Concrete 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 $6-; 1 7A 3K 8X View Operators- Under round 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 Ft Water including jib with attachments King Power E ui ment Cranes: 300 tons and over $71. 66 7A 3K 8X View Operators- UnderQrii.i;i! or 300' of boom including Sewer Et Water jib with attachments King Power Equipment Cranes: 45 Tons Through $69.16 7A 3K 8X View Operators- Underground 99 Tons, Under 150' Of Sewer Et Water Boom (including Jib With Attachments) _ King Power Equipment (Cranes: A-frame - 10 Tons $65.05 7A 3K 8X View Operators- Underground And Under Sewer Et Water King Power Equipment Cranes: Friction cranes $70.571 7A 3K 8X View Operators- Underground 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- Underground 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 Operator's- 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 Operator's- Underground Sewer Et Water King Power Equipment Elevator And Man-lift: $65.05 7A 3K 8X View Operators- Underground Permanent And Shaft Type Sewer Et Water King Power Equipment Finishing Machine, Bidwell $68.55 7A 3K 8X View Operators- Underground And Gamaco Et Similar Sewer Et Water lEquipment 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 Operators Undergr_o_und ^ Sewer Et Water _ King $69.161 7A 3K 8X View 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 E ui ment Horizontal/Directional $68.02 7A 3K 8X View Operators- Underground Drill Locator Sewer Et Water King Power Equipment Horizontal/Directional $68.55 7A 3K 8X View Operators- Underground Drill Operator Sewer Et Water King Power Equipment Hydralifts/Boom Trucks $68.02 7A 3K 8X View Operators- Underground Over 10 Tons Sewer Et Water King Power Equipment Hydralifts/Boom Trucks, $65.05 7A 3K 8X View Operators- Underground 10 Tons And Under Sewer Et Water King Power Equipment Loader, Overhead 8 Yards. $69.85 7A 3K 8X View Operators- Underground Et Over Sewer Et Water King Power Equipment Loader, Overhead, 6 $69.16 7A 3K 8X View Operators- Under round 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 $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 E ui ment Mechanics, All (leadmen - $69.85 7A 3K 8X View Operators- Underground $0.50 Per Hour Over Sewer Et Water Mechanic) King Power Equipment Motor Patrol Graders $69.16 7A 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 Power Equipment Outside Hoists (Elevators Operators- Under round And Manlifts), Air Tuggers, Sewer & Water Strat❑ King Power Equipment Overhead, Bridge Type $68.55 7A 3K 8X View Operators- Under!�r-otind 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 I 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- Underqrund 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, j $65.05 7A 3K 8X View Operators- Underground Mechanical Sewer Et Water King Power Equipment Power Plant tl $65.05 7A 3K 8X View Operators- Underground Sewer Et Water ... .. ....... ... King Power Equipment Pumps - Water $65.05 7A 3K 8X View Operators- Undef-groun Sewer Et Water King Power Equipment Quad 9, Hd 41, D10 And $69.16 7A 3K 8X View Operators- Undergrouiic4 Over Sewer Et Water King Power Equipment Quick Tower- No Cab, $65.05 7A 3K 8X View Operators- Undergrounci Under 100 Feet In Height Sewer Et Water Based To Boom King Power Equipment Remote Control Operator $69.16 7A 3K 8X View Operators- Undergrounc! 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- Undergrounctl 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- Undergl-OUnd Mix Sewer Et Water King Roller, Plant Mix Or Multi- $68.02 7A 3K 8X View lift Materials Power Equipment Operators- Underground Sewer a Water King Power Equipment Roto-mill, Roto-grinder $68.55 7A 3K 8X View Operators- Underground Sewer Et Water T_ 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 Tons King Power Equipment Slipform Pavers $69.16 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Spreader, Topsider Et $69.16 7A 3K 8X View Operators- Underground Screedman Sewer Et Water King Power Equipment Subgrader Trimmer $68.55 7A 3K 8X View Operators- Underground Sewer Et Water King Power Equipment Tower Bucket Elevators $68.02 7A 3K 8X View Operators- Underground Sewer Et Water King Tower Crane Up To 175' In $69.85 7A 3K 8X View Height Base To Boom Power Equipment Operators- Under round 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 Water 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- Underground Sewer Et Water King Power Equipment Wheel Tractors, Farmall $65.05 7A 3K 8X View O erators- 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 I $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 Refrieeration Et Air Journey Level $84.01 6Z 1G View Conditioning Mechanics King Residential Brick Mason Journey 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 4C View Applicators King I Residential Drywall Tapers Journey Level $47.04 5P 1 E View King Residential Electricians Journey Level $36.01 1 View King lResidential Glaziers Journey Level $45.90 7L 1H View King Residential Insulation Journey Level $29.87 1 View Applicators King Residential Laborers Journey Level $26.18 1 View King Residential Marble Setters Journey Level $27.381 1 View King Residential Painters Journey Level $27.801 1 View King Residential Plumbers Et Journey Level $39.43 1 View Pipefiitters King Residentiat Refrigeration Et Journey Level $54.12 5A 1G View Air Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or $51.89 7F 1 R 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 Protection) King Residential Stone Masons Journey Level $58.82 5A 1M View King Residential Terrazzo Journey Level $54.06 5A 1 M 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 1 E View Shop) King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Boilermaker King Shipbuilding a Ship Rem New Construction $36.36 7V 1 View Carpenter King Shipbuilding Et Ship Repair New Construction Crane $36.36 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Electrician King Shipbuilding Et Ship Repair New Construction Heat Et $76.61 5J 4H View Frost Insulator King Shipbuilding Et.Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Machinist King Shipbuilding Et Ship Re air New Construction $36.36 7V 1 View Operating Engineer King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V 1 View King Shij)building Et 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 King Shipbuilding Et Ship Reraii INew Construction $36.36 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Welder / Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $46.15 7X 4.1 View King Shipbuilding- gi Ship Re air 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 Sh Repair Ship Repair Electrician $46.22 7X 4J View King Shipbuilding- Et Ship Repair Ship Repair Heat Et Frost $76.61 5J 4H View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $46.151 7X 4.1 View King Shi buildin Et. Shi Re air Ship Repair Machinist $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating $45.06 7Y 4K View Engineer King Shi buildin Et Ship Repair Ship Repair Painter $46.15 7X 4.1 View King Shipbuilding- Et Ship Repair Ship Repair Pipefitter $46.15 7X 4J View King Shipbuilding Shipbuj[ding & Ship Repair Ship Repair Rigger $46.15 7X 4J View King Shipbuilding- €t Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View King Shipbuilding- Et Ship Repair 2 Ship Repair Shipwright $44.95 7X 4.1 View King Shipbuilding- Et 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 Sin Makers Et Installers Journey Level $31.96 0 1 View (Non-Electrical) ............. King Soft Floor Layers Journey Level $51.07 5A 3.1 View King Solar Controls For Windows Journey Level $13.501 1 View King Sprinkler Fitters (Fre Journey Level f $82.39 5C 1X View Protection) King Stage Rigging Mechanics Journey Level $13.50 1 View (Non Structural) King Stone Masons iJourney 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 3K 8X Jew King Telecommunication Journey Level $53.571 7E 1 E View Technicians I l 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 King Telephone Line Special Apparatus Installer $40.99 5A 2B View Construction - Outside II L L King Telephone Line Telephone Equipment $41.811 5A 2B View Construction - Outside Operator (Heavy) King Telephone Line Telephone Equipment $38.921 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 liourney 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 1 B View Finishers King Traffic Control Stripers Journey Level $47.68 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $61.59 5D 4Y 8L View King Truck Drivers lAsphatt 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 $61.59 5D 4Y 8L View King Truck Drivers - Readv Mix Transit Mix $61.59 5D 4Y 8L View King Well Drillers Et Irri ation Irrigation Pump Installer $17.71 1 View Pump Installers King Well Drillers Et Irrigation Oiler $13.50 1 View Pump Installers King Well Drillers Ez Irristaticn Well Driller $18.00 1 View Pump Installers Benefit Code Key—Effective 3/4/2020 thru 9/1/2020 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. I. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2)hours after eight(8) regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight(8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule,shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight(8) regular hours Monday through Friday and the first ten(10) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3/4/2020 th ru 9/1/2020 Overtime Codes Continued 1, O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q„ The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid atone and one-half times the hourly rate of wage. All hours worked in excess often (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight(8)regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,ten- hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight(8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty(40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 Benefit Code Key—Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight(8) hours of straight time per day, or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve(12)hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more.When an employee returns to work without at least eight(8)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight(8)hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay, unless a four(4)day ten (10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two (2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary ftmction is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day,ten hour work week, and Saturday shall be paid at one and one half(1%)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2)hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. 1. The First eight(8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8)per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight(8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve(12)in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve(12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. 5 Benefit Code Key—Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 4. L. The first twelve(12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays, and all work performed between the hours of midnight(12:00 AM) and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four(4) hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two(2)hours of overtime for hours worked Monday-Friday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10)hours per day shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday,the first six(6) hours work shall be paid at one and one-half times the hourly rate of wage, and all hours over(6)shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage. U. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.(Except on makeup days if work is lost due to inclement weather, then the first eight(8) hours on Saturday may be paid the regular rate.) All hours worked over twelve(12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 6 Benefit Code Key—Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 4. V. Work performed in excess of ten (10)hours of straight time per day when four ten(10)hour shifts are established or outside the normal shift(5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half(1 %)the straight time rate. In the event the job is down due to weather conditions,then Saturday may,be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve(12)hours per day shall be paid at double(2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours. When an employee returns to work without a break of eight(8) hours since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8)hours. W. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight(8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage.Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight(8) or ten(10) hours of work(subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate.Work performed in excess of eight hours(or ten hours per day(subject to WAC 296-127-022)shall be paid atone and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift,then by mutual agreement a special shift may be worked at the straight time rate, eight(8) hours work for eight(8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight(8)hours since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours. 7 Benefit Code Key—Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 4. Y. Work performed in excess of eight(8) hours of straight time per day, or ten(10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar(S1.00)per hour for all hours worked that shift. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. Holidav Codes 5, A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day(9). P. Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). 8 Benefit Code Key—Effective 3/4/2020 thru 9/1/2020 Holiday Coders Continued 5. R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays:New Year's Day, Presidents' Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And The Day Before Or After Christmas(9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays:New Year's Day,Presidents' Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(9). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day, Christmas Day,The Day After Christmas,And A Floating Holiday(10). I. Paid Holidays: New Year's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day(7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z. Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 9 Benefit Code Key—Effective 3/4/2020 thru 9/1/2020 Holidav Codes Continued 7. D. Paid Holidays: New Year's Day,Memorial Day, Independence Day, Labor Day,Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day,President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K_ Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 10 Benefit Code Key—Effective 3/4/2020 thru 9/1/2020 Holida)- Codes Continued 7. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day,the Day after Christmas, and A Floating Holiday(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays:New Year's Day,President's Birthday,Memorial Day,Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Eve Day,Christmas Day,the day after Christmas,the day before New Year's Day, and a Floating Holiday. X. Holidays:New Year's Day,Day before or after New Year's Day,Presidents' Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day.If a holiday falls on a Saturday or on a Friday that is the normal day off,then the holiday will be taken on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day,Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday,then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays:New Year's Day,President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day, And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8)Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. B. Holidays:New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day,Veteran's Day,Thanksgiving Day, and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the day before Christmas Day and Christmas Day. (8) 11 Benefit Code Key—Effective 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 8. D. Workers working with supplied air on hazmat projects receive an additional S 1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: 50.75, Level B: 50.50, And Level C: 50.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: 51.00, Levels C & D: 50.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: S1.00, Level B: $0.75,Level C: 50.50,And Level D: 50.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00,Class B Suit: S 1.50, Class C Suit: S 1.00,And Class D Suit 50.50. 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: S 1.50, And Class C Suit: S 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 50.50 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 50.50 per hour. 12 Benefit Code Key—Effective 3/4/2020 thru 9/1/2020 Note Codes Continued 8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. • Depth premiums apply to depths of fifty feet or more. Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over 10l'to 150'-53.00 per foot for each foot over 101 feet.Over 151'to 220'-54.00 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' -52.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: 52.00,Class B Suit: 51.50,Class C Suit: S 1.00,and Class D Suit: 50.50. Special Shift Premium: Basic hourly rate plus$2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift,then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m.to work on tide work (work located in the tide plane)all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents(50.75)per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional 51.00 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 9, A. Workers working with supplied air on hazmat projects receive an additional 51.00 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- rime 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 50.50 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'—50.50 per hour over their classification rate. (B)—200' to 299'—$0.80 per hour over their classification rate. (C)—300' and over—S 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 (50.75) 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 arc 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: 51.00, Level B: $0.75,Level C: 50.50,And Level D: 50.25. 14 111412020 Corporations and Charities System jr,rsMri�a� � and Charities Filing System BUSINESS INFORMATION cu:_.,ness Name: LAKESIDE INDUSTRIES,INC. UBI Number:. 601 106 847 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 6505 226TH PL SE,SUITE 200,ISSAQUAH,WA,98027-8905,UNITED STATES Principal Office Mailing Address: PO BOX 7016,ISSAQUAH,WA,98027-7016,UNITED STATES Expiration Date: ri7!78/'C7? Jurisdiction: UNITED STATES,WASHINGTON Formation/Registration Date: 02107,11062 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: DAX WOOLSTON Street Address: 6505 226TH PL SE STE 200,ISSAQUAH,WA,98027-8905,UNITED STATES Mailing Address: PO BOX 7016,ISSAQUAH,WA,98027-0000,UNITED STATES GOVERNORS Title Governors Type Entity Name First Name Last Name https://ccfs.sos.wa.gov/#/BusinessSearch/Businesslnformation 1/2 11/4/2020 Corporations and Charities System Title Govennors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL MAUREEN LEE GOVERNOR INDIVIDUAL MICHAEL LEE GOVERNOR INDIVIDUAL SHARON LEE GOVERNOR INDIVIDUAL TIMOTHY LEE GOVERNOR INDIVIDUAL RHOADY LEE III GOVERNOR INDIVIDUAL MARY PATRICIA OSTERHAUS GOVERNOR INDIVIDUAL DAX WOOLSTON GOVERNOR INDIVIDUAL JAIME LEE Back Filing Hist ry i Name History Print Return to Business Search J https://ccfs.sos.wa.gov/#/BusinessSearch/BusinessInformation 2/2 CONFORMED 40F CITY OF Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR SW 356TH STREET PRESERVATION PROJECT PROJECT # 215 RFB # 20-009 GRANT FUNDING # STPUL-1000(005) City of Federal Way Public Works Department 33325 8th Avenue South Federal Way, WA 98003 Lakeside Industries, Inc. AUTHORIZED SIGNATURES -General & Accounting Offices, Issaquah, Wa.- List the name and title of those individuals in your organization who are authorized to execute proposals, contracts, bonds and other documents and/or instruments on behalf of the organization. Specify if more than one signature is required. Note: Signature must appear next to name. NAME SIGNATURE ' TITLE t _ LEE, MICHAELJ.s PRESIDENT LEE,JAIME -__�� ------ _.----•----_.------- _-- ----- ,i VICE PRESIDENT WOOLSTON, DAX '� f E CFO/TREASURER/SECRETARY DEMPSEY, BILL — PRODUCTION MANAGER The undersigned, being duly sworn, deep/sand says that the foregoing is a true statement of facts concerning the individual, corporation, co-partnership or joint venture herein named, as of the date indicated: LAKESIDE INDUSTRIES, INC. (Name ofFfrm,be exact) (rf e�tteuri�e•�I Segnntrrre(sJl ----- ----- Sworn to before me this 6T l LLt r, dy of.M-44-C-0 2070 .•+ C? OT i, �9'f� V r � a ' "F ` v �0�my Egan I Feu-may X 2= No,H089d �7 Natary Rubtic +"�` t'vBL��' ,,�C3`. WA �`,``t 02/19/20 Authorized Signers 000 Accounting