Loading...
AG 21-037 - TUCCI AND SONS, INCRETURN TO: PW ADMIN EXT: 2700 ID #: 4070 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Projects 2. ORIGINATING STAFF PERSON: John Cole EXT: 2718 3. DATE REQ. BN : 3/11 /22 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): 21-037 ❑ INTERLOCAL p OTHER Chanae Order #5 4. PROJECT NAME: 2021 Asphalt Overlay Project 5. NAMEOFCONTRACTOR: TUCCI and Soils Inc. ADDRESS: 4224 Waller Rd. Tacoma, WA 98443 TELEPHONE: 253-922-6676 E-MAIL: rrltUccl(d)tucclandsons.com FAX: SIGNATURENAME: Michael Tuccl TITLE: President 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL EXP. 12{/31/ UBI # 278021315 , EXP. 7. TERM: COMMENCEMENT DATE: TB❑ '}li�L COMPLETION DATE: No change 8. TOTAL COMPENSATION: $ 1,656,203.70 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES [a NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ® NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: S RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED Cl PURCHASING: PLEASE CHARGE TO: 102-440-521-595-30-110 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED d PROJECT MANAGER ac 3/322 d DIVISION MANAGER C.fy- Q �w 2022 ❑ DEPUTY DIRECTOR d°�z ❑ DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT 3I8/2022 MP 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: 3/9122 DATE REC• D. 1 3/18/22 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT A SIGNATORY R OR ]RECTOR CITY CLERK) 0 t ASSIGNED AG # AG ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE " " ORIGINALS I/2020 521 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 21-037 05 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER 2021 ASPHALT OVERLAY PROJECT PROJECT TITLE SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: '1Z FFECTIVE DATE Tucci & Sons, Inc. CONTRACTOR 1. Force Account Work: Additional restoration/roadside cleanup was required in residential schedules. 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 the expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD Sch C Marine Hills C-05 Roadside Cleanup FA - $ 4,370 Sch D Marine View D-05 Roadside Cleanup FA - $ 4,370 Sch E 3911 Ave S area E-05 Roadside Cleanup FA - $ 4,370 TOTAL NET CONTRACT: $13,110 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT (INCREASE $ DECREASE $ $ 1,494,630.70 $ 148,463.00 $ 13,110.00 $ 1,656,203,70 CHANGE ORDER AGREEMENT 1 Rev. 8/19 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 el�iiins by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or feted pursuant to Change Order except as specifically described in this Change Order. Michael F. Tucci, President 31tt /z 2 CONTRACTOR'S SIGNATURE 'DATE fit . 3 y zZ tTW&AS1/ DIRECTOR ATE u3 CHANGE ORDER AGREEMENT 2 Rev. 8/19 3/4/22. 10:22 AM Corporations and Charities System BUSINESS INFORMATION Business Name: TUCCI & SONS, INC. UBI Number: 278 021 315 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 4224 WALLER RD E, TACOMA, WA, 98443-1623, UNITED STATES Principal Office Mailing Address: 4224 WALLER RD E, TACOMA, WA, 98443-1623, UNITED STATES Expiration Date: 03/31/2023 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 03/02/1948 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: MICHAEL F TUCCI Street Address: 4224 WALLER RD, TACOMA, WA, 98443-0000, UNITED STATES Mailing Address: 4224 WALLER RD, TACOMA, WA, 98443-0000, UNITED STATES GOVERNORS Title Governors Type GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL Entity Name First Name MICHAEL TIMOTHY MICHAEL KEVIN Last Name TUCCI TUCCI TUCCI KEVER https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1 /1 4224 ler Tucci&Sons Inc. Transmittal Tacoma, 98d Tacoma, WA 98443-1623 Telephone: (253) 922-6676 Fax: (253) 922-2676 - Equal Opportunity Employer - Date: 11 March 2022 To: CITY OF FEDERAL WAY Attention: John Cole 33325 8' Avenue South Federal Way, WA 98003 From: Kelly DuCommun Superintendent: Dan Nelson Re: City of Federal Way 2021 Asphalt Overlay Project RFB #20-0011 ❑ For Your Approval ❑ For Your Action ❑ For Correction ❑ Approved As Noted ❑ Approved as Submitted ® For Your Signature ❑ For Your Record ❑ Per Your Request ❑ For Your Review ❑ Other Copies Date Description RETURN TO: PW ADMIN EXT: 2700 ID #: 4050 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Projects 2. ORIGINATING STAFF PERSON: John Cole EXT: 2718 3. DATE REQ. BY: 1 /30/22 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#):21-037 ❑ INTERLOCAL a OTHER Chance Order#4 4. PROJECT NAME: 2021 Asphalt Overlay Project 5. NAME OF CONTRACTOR: Tucci and Sons Inc. ADDRESS: 4224 Waller Rd. Tacoma, WA 98443 TELEPHONE: 253-922-6676 E-MAIL: mtuCCl tuCCiarl SO S.COm FAX: SIGNATURENAME: Michael Tucci TITLE: President 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # 278021315 . EXP. / / 7. TERM: COMMENCEMENT DATE: 4/5/2021 COMPLETION DATE: No change S. TOTAL COMPENSATION: $ 1,643,093.70 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: [3YES is NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES 0 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: M RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 102-440-521-595-30-110 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED A PROJECT MANAGER JC 1/14/22 A DIVISION MANAGER DSW 1/18M ❑ DEPUTY DIRECTOR DSW vlarzz A DIRECTOR EJW 1/19/2022 ❑ RISK MANAGEMENT (IF APPLICABLE) 6 LAW DEPT KVA 1/19/2022 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: 1/19122 DATE REC' D: 2/14122 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT 8 SIGNATORY NIAY�R) V ElCITY CLERK6 ASSIGNED AG # A . 2D ❑ SIGNED COPY RETURNED DATE SENT: 02/23/22 COMMENTS: EXECUTE" "ORIGINALS I/2020 521 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 21-052 AGREEMENT NUMBER 04 CHANGE ORDER NUMBER 2021 ASPHALT OVERLAY PROJECT PROJECT TITLE SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. Per Field Directive 07: Additional catch basins in Schedule C needed adjustment. 2. Per Field Directive 08: HMA prelevel was required in Schedules C, D, and E. The time provided for completion in the Contract is ® Unchanged ❑ Increased by _Working Day(s) ❑ Decreased by_ Working Day(s) -�-I,61ZZ EFFECTIVE DATE Tucci and Sons Inc. CONTRACTOR 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 the expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No NEW UNIT PRICES: ITEM NO. ITEM QTY UNIT PRICE ADD C-23 HMA for Preleveling Class 1/2" PG 581-1-22 50 $366.13 $ 18,306.50 D-20 HMA for Preleveling Class 1/2" PG 581-1-22 50 $366.13 $ 18,306.50 E-15 HMA for Preleveling Class 1/2" PG 58H-22 50 $366.13 $ 18,306.50 THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD Sch C Marine Hills C-13 Adjust Catch Basin 20 $ 900.00 $ 18,000.00 CHANGE ORDER AGREEMENT 1 Rev. 8/19 TOTAL NET CONTRACT: $ T2,919.50 INCREASE $ DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT $ 1,494,630.70 $ 75,543.50 $ 72.919.50 $ 1,643,093,70 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 delete ursuant to Change Order except as specifically described in this Change Order. Michael F. Tucci, President �i13 lz= CONTRACTOR'S SIGNATURE TE OR' SIGNATURE DATE CHANGE ORDER AGREEMENT 2 Rev. 8/19 1/18/22, 1:33 PM Corporations and Charities System BUSINESS INFORMATION Business Name: TUCCI & SONS, INC. UBI Number: 278 021 315 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 4224 WALLER RD E, TACOMA, WA, 98443-1623, UNITED STATES Principal Office Mailing Address: 4224 WALLER RD E, TACOMA, WA, 98443-1623, UNITED STATES Expiration Date: 03/31/2022 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 03/02/1948 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: MICHAEL F TUCCI Street Address: 4224 WALLER RD, TACOMA, WA, 98443-0000, UNITED STATES Mailing Address: 4224 WALLER RD, TACOMA, WA, 98443-0000, UNITED STATES GOVERNORS Title Governors Type GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL Entity Name First Name MICHAEL TIMOTHY MICHAEL KEVIN Last Name TUCCI TUCCI TUCCI KEVER https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1 /1 1/18/22, 1:34 PM Washington State Department of Revenue 'Nashington State Department of Revenue < Business Lookup License Information: Entity name: TUCCI & SONS, INC. Business TUCCI & SONS, INC. name: Entity type: Profit Corporation UBI #: 278-021-31 S Business ID: 001 Location ID: 0001 Location: Active Location address: 4224 WALLER RD E TACOMA WA 98443-1623 Mailing address: 4224 WALLER RD E TACOMA WA 98443-1623 Excise tax and reseller permit status: Click here Secretary of State status: Click here Page 1 of 2 Endorsements Filter Endorsements held a License # Count De s Status https://secure.dor.wa.gov/gteunauth/_/#4 New search Back to results Expiratioi First issua 1 /4 1/18/22, 1:34 PM Washington State Department of Revenue Endorsements held a License # Count Details Status Expiratiot First issua Bonney Lake Mar-31-2 Feb-01-2( General Business - Non -Resident Bremerton General 33283 _ Dec-31-2i Feb-01-2( Business - Non - Resident Burien General 08498 Active Mar-31-2 Aug-07-2 Business - Non - Resident Federal Way Active Jan-31-2C Jan-19-2C General Business - Non -Resident Fife General Active Mar-31-2 Dec-19-21 Business - Non - Resident Fircrest General Active Feb-28-2( Feb-18-2( Business - Non - Resident Gig Harbor Active Mar-31-2 Oct-29-2( General Business - Non -Resident Lacey General 5339 Active Mar-31-2 May-20-1 Business - Non - Resident Lakewood General Active Mar-31-2 Mar-21-2 Business - Non - Resident hftps://secure.dor.wa.gov/gteunauth/—/#4 2/4 1/18/22, 1:34 PM Washington State Department of Revenue Endorsements held a License # Count C Status Expiratiot First issua Milton General Active Mar-31-2 Mar-29-2 Business - Non - Resident Minor Work Permit ESAC 112, Active Mar-31-2 Jul-03-19, North Bend 019340.0 Active Mar-31-2 Dec-30-21 General Business - Non -Resident Pacific General 630S Active Dec-31-21 Oct-27-2( Business - Non - Resident Port Orchard Active Jun-30-2( Jul-02-20, General Business - Non -Resident Puyallup General 921 Active Mar-31-2 Sep-01-1! Business - Non - Resident Governing People May include governing people not registered with Secretary of State Governing people Title KEVER, KEVIN A TUCCI, MICHAEL A TUCCI, MICHAEL F TUCCI, TIMOTHY F View Additional Locations https://secure.dor.wa.gov/gteunauth/_t#4 3/4 1/18/22, 1:34 PM Washington State Department of Revenue The Business Lookup information is updated nightly. Search date and time: 1/18/2022 1:34:31 PM Contact us How are we doing? Take our survey! Don't see what you expected? Check if your browser is supported https://secure.dor.wa.gov/gteunauth/_/#4 4/4 Tucci&Sons O nc= Transmittal Taco Waller Road Tacoma, WA 98443-1623 Telephone: (253) 922-6676 Fax: (253) 922-2676 Equal Opportunity Employer - Date: 7 February 2022 To: CITY OF FEDERAL WAY Attention: John Cole 33325 8' Avenue South Federal Way, WA 98003 From: Kelly DuCommun Superintendent: Dan Nelson Re: City of Federal Way 2021 Asphalt Overlay Project RFB #20-0011 ❑ For Your Approval ❑ For Your Action ❑ For Correction ❑ Approved As Noted ❑ Approved as Submitted ® For Your Signature ❑ For Your Record ❑ Per Your Request ❑ For Your Review ❑ Other Copies Date Description Contract Administrator RETURN TO: PW ADMIN EXT: 2700 ID #: 3927 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Projects 2. ORIGINATING STAFF PERSON: John Cole EXT: 2718 3. DATE REQ. BY: 6/13/2021 3. TYPE OF DOCUMENT (CHECK ONE): p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION m CONTRACT AMENDMENT (AG#): 21-037 ❑ INTERLOCAL m OTHER Change Order #3 4. PROJECT NAME:2021 Asphalt Overlay Project 5. NAME OF CONTRACTOR: TUCCI and Sons Inc. ADDRESS: 4224 Waller Rd. Tacoma, WA 98443 TELEPHONE: 253-922-6676 F-MML. mtuccOtucciandsons.com FAX: SIGNATURE NAME: Michael Tuccl TITLE: President 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ uBi # 278021315 , EXP. / / 7. TERM: COMMENCEMENT DATE; 4/5/2021 COMPLETION DATE: 8/31 /2021 8. TOTAL COMPENSATION: $ 1,570,174.20 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: 0 YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: d YES ® NO IF YES, $ PAID BY: ❑ CONTRACTOR Cl CITY RETAINAGE: RETAINAGE AMOUNT: M RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 102-440-521-595-30-110 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED A PROJECT MANAGER JC 6/3/2021 A DIVISION MANAGER SOH 6n/2021 A DEPUTY DIRECTOR DSW 6/e/21 8 DIRECTOR EJW 6/10/2021 ❑ RISK MANAGEMENT (IF APPLICABLE) A LAW DEPT ER 6/10/2021 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: r 11. CONTRACT SIGNATURE ROUTING i Co I -30 12� ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: ` U 2-1 DATE REC, D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT 8 SIGNATORY #dlUii" OR IRECfOR t Zt A CITY CLERK ❑ ASSIGNED AG # AG# C ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECum, 'ORIGINALS 1/2020 521 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 21-037 AGREEMENT NUMBER 03 CHANGE ORDER NUMBER 2021 ASPHALT OVERLAY PROJECT PROJECT TITLE SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: EFFECTIVE Tucci and Sons Inc. X01,II 7TOW90 1. Add line item: No line item in contract documents for required utility adjustment on Schedule D (Marine View Neighborhood) The time provided for completion in the Contract is F-JUnchanged `1 Increased by 2 Working Day(s) ❑ Decreased by _Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No NEW UNIT PRICES: ITEM NO. ITEM D-21 Adjust Utility TY UNIT PRICE 30 $650.00 ADD $ 19,500.00 TOTAL NET CONTRACT: 19 500.D0 JINCREASE $ DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT $ 1,494,630.70 $ 550 $ 19,500.00 $ 1,570,174,20 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. CHANGE ORDER AGREEMENT 1 Rev. 8/19 Michael F. Tucci, President CONTRACTOR'S SIGNATURE DATE PLIB7 WORK9 DIRECTOR DATE CHANGE ORDER AGREEMENT 2 Rev. 8/19 1/26/2021 Corporations and Charities System BUSINESS INFORMATION Business Name: TUCCI & SONS, INC. UBI Number: 278 021 315 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 4224 WALLER RD E, TACOMA, WA, 98443-1623, UNITED STATES Principal Office Mailing Address: 4224 WALLER RD E, TACOMA, WA, 98443-1623, UNITED STATES Expiration Date: 03/31/2021 Jurisdiction: UNITED STATES, WASFHNGTON Formation/ Registration Date: 03/02/1948 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: MICHAEL F TUCCI Street Address: 4224 WALLER RD, TACOMA, WA, 98443-0000, UNITED STATES Mailing Address: 4224 WALLER RD, TACOMA, WA, 98443-0000, UNITED STATES GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL MICHAEL TUCCI GOVERNOR INDIVIDUAL TIMOTHY TUCCI GOVERNOR INDIVIDUAL MICHAEL TUCCI GOVERNOR INDIVIDUAL KEVIN KEVER https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1/1 RETURN TO: PW ADMIN EXT: 2700 tD #: 3927 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Projects 2. ORIGINATING STAFF PERSON: John Cole EXT: 2718 3. DATE REQ. BY: 6/13/2021 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION * CONTRAcT AMFNDMENT (AG#): 21-037 ❑ INTERLOCAL ® OTHER Change Order #,Q 4. PROJECT NAME: 2021 Asphalt Overlay Project 5. NAME OFCONTRACI.OR: Tucci and Sons Inc. ADDRESS: _4224 Waller Rd. Tacoma, WA 98443 TELEPHONE: 253-922-6676 E-MAIL: MtuCCi@tucciandsDns.com FAX: SIGNATuRENAME: Michael Tucci TITLE. President 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE #_ BL, EXP. 12/31/ UBI # 278021315 . EXP. 7. TERM: COMMENCEMENT DATE: 4/5/2021 COMPLETION DATE: 8/31 /2021 8. TOTAL COMPENSATION: $ 1,570,174.20 . (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAMAGE AMOUNT: 9 RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED PURCHASING: PLEASE CHARGE TO: 102-440-521-595-30-110 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 8 PROJECT MANAGER Jc 6/312021 A DIVISION MANAGER SOH 6m2021 8 DEPUTY DIRECTOR DSW 6/8/21 I DIRECTOR EJW 6/10/2021 ❑ RISK MANAGEMENT (IF APPLICABLE) 6 LAW DEPT ER6/10/2021 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: Lp I 1 C 2i DATE REC' D: L 2 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT d SIGNATORY fir OR d CITY CLERK KL "v t� ❑ ASSIGNED AG # AG# 1 �O ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE " 1 " ORIGINALS 1/2020 521 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 21-052 AGREEMENT NUMBER 02 CHANGE ORDER NUMBER 2021 ASPHALT OVERLAY PROJECT PROJECT TITLE SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 5/6/2021 EFFECTIVE DATE Tucci and Sons Inc. CONTRACTOR 1. PER FIELD DIRECTIVE 004 (Attached) The proposed plan to place dowel bars into remaining concrete, as shown in "Fence Tie in Detail" 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 to be placed as planned. 2. PER FIELD DIRECTIVE 006 [Attached) Additional 120'x4' Asphalt concrete removal and replacement. The time provided for completion in the Contract is ❑ Unchanged ® Increased by 2 Working Day(s) ❑ Decreased by,_ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No NEW UNIT PRICES: ITEM NO. ITEM A-36 Fence and Concrete Work C-22 Maint. Rock Incl. Haul QTY UNIT PRICE ADD 1/FA $5,000.00 $ 5,000.00 5 $ 55.00 $ 275.00 THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD 2 Project Temporary Traffic Control 2 $ 1000.00 $ 2,000.00 10 Pavement Repair Excavation Incl Haul 9 $ 205.00 $ 1,845.00 13 HMA Cl %" PG 581-1-22, Pay. Repair 19 $ 118.00 $ 2,242.00 TOTAL NET CONTRACT: $ 11,087.00 JINCREASE $ DECREASE $ CHANGE ORDER AGREEMENT 1 Rev. 8/19 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 1,494,630.70 PREVIOUS CHANGE ORDERS $ 44.681.50 THIS CHANGE ORDER $ 11,362.00 NEW CONTRACT AMOUNT $ 1,550,674.20 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 deletqN pursuant to Change Order except as specifically described in this Change Order. Michael F Tucci President -,& CONTRACTOR'S SIGNATURE DATE PUB WORKS DIRECTOR DATE CHANGE ORDER AGREEMENT 2 Rev. 8/19 cure or �`"�` FIELD DIRECTIVE Federal Way PUBLIC VVURKSnrPARTVENT r r:iq Orilw Nc: FD 004 P ro;ect 2021 ASPHALT OVERLAY PROJECT Pro•eo jVWfe" VARIES Domes CITY OF FEDERAL WAY To: TUCCI AND SONS INC From CITY OF FEDERAL WAY PUBLIC WORKS pl-P.ARTMENT YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS -FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL APPROVED PLANS ANINOR TERMS AGREED TO, UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT FOR YOUR PROJECT. SUBJECT: SCHEDULE "A" RAMPS PER THIS "FIELD DIRECTIVE The redllned sheets Issued in FD #4 have 3 ramps (#7,8,10) that are either not ADA compliant or are not constructed per plans. Ramp #9 will require additional work, the existing well cap is in conflict with the proposed improvements. The proposed plan to place dawel bars into remaining concrete, as shown in "Fence Tie in Detail" 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 property install the wall cap with fence posts to the new elevations for the ramp to be placed as planned. Please see attached City of Federal Way detail 3-24. Sheet # IChang,o 10 & 11 3 ramps non compliant and additional fencercoricrete work. C0161PENEATION TO COMPLETE THESE FIELD DIRECTIVE WR.L BE PER ..,. A Change Order will be Additional Work will be paid by tracked Time and Materials for non -bid Item work and all other work will be by bid Item pricing. Non-bld Items, - Prep work for ramp including Forming and drilling that occurred prior to direction to slop Remove fence, fence posts, concrete cap, Excavate wall to depth to Install new cap Install wall cap Install fence including posts and fencing Bid Items: CONCRETE SIDEWALK CEMENT CONC- CURB RAMP TYPE 1 PARALLEL Attachments: Plan sheets that were alt-wed or added per above, Prepar-ed By John Cole Dimcthd By y`' �- CaFilal Ergnccr Date: er' W202 t Dato: Approved BY: 1 Data P.Nb NNr+.a P:po r ar Cnpllel fl•pine"rlRp Manupvr Rere,ved By Da" .INCIguil Date CHANGE ORDER AGREEMENT 3 d111,2021 04/19i 2021 04-13-21 Rev. 8/19 A 1 Y 1 F.. 1•WTl POW,nNa•PP ..N.I w=N-1P W .1r.-.�tfllwplA+B IAp Bal rrrr S 312TH ST U) w Q a ? A O o o CpoA . 1 rf y •' ,1 1 9 nlAsaslw.MeL L HalFJ laT PNPTnL1FR CJ-.=L 90lWAU{ rITYTY .. -.ten+cn -- rvP.nr_v Ianu �[ITRlrr-+• L'ATo1 aLRN IIBO.fa ""II ff OPNM�14�I Y.N11E �� cuRe RAMP Mores I all, 311DM1 NrWll•M'PN.n LAYOUT N�R.Nr LCNBT11TCRiQrCImIR CfILY FpD YERET E48TUO CONpTO11B AVO COF9TRUOr CNRB RANPB TO MEET MFRERIAISMEN'ti I OO r1O14tiAIy I04l,NRa, 1llcixlfl Omia AGCEif cRVEfo OX OUICR APPMRTEIILLLME N MOW Oc THE OWE RAW OR N1V PW OF THE C lRAMP M L—NO I QaCPNPIDtlf] - IPdI CLEW AFO ^JJfRN AI�CGlNI CO1•CI1EIEaMRiEfl [ s CErN 9 I I- CDUEW C—RETE G 8PER TAVNO CETNW WEETI • OCTCCTNLE PMRNII G CIRP' PCR NFOCT 6TD PlNI F-111W + D Ccll'RICOACa61l'RN1aIE1t9-rAW ITCIN(Nlcplc 0.II�A1 CAlle IMNf41i Rr,T,.E-!I4 �.,•IY rlT.t•-rNAi T ACGEBBIELEPECE9IRNN PUBRMITTCN POeTIPPBi ib aE RELOCATED PER PLANE IY�DlrARIp ER IO \YTIDOf a1P NAM Nf 11-0R Or u r+un earsTwe*wr .wm 1 EANCYTABPIVAT PAVEAfM IXi COBONETE 12 CEMENT EOfA'. CLRa AM CUTTER PER CM -OVAL TaI 11 con CONC BLIEVY PEF10VIOETAL VI CI IY .r„1•I[X Tlvti nP Crw :OArlT1. ENICOICK1eMMEF CLLva 1•W crN ooSt Y• CHANGE ORDER AGREEMENT 4 Rev. 8/19 CITY or PUBLIC Federal WayFIELD DIRECTIVE WORKS DEPARTMENT Field Order No FD 006 Project: 2021 ASPHALT OVERLAY PROJECT Project Address: VARJES Schedule C Ovmer. CITY OF FEDERAL To: TUCCI AND SONS INC From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTPAFNT YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT FOR YOUR PROJECT. SUBJECT: ADDITIONAL HMA REMOVAL ON SCHEDULE "C" 8TH PL S PER THIS 'FIELD DIRECTIVE"....: Additional 120' x 4' asphalt concrete to be removed because of inability to grind at end of cul-de-sac on 8th PI S. Approved by Jeff Huynh on 4/30121. COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER .... Existing bid C-7 "Pavement Repair Excavation items Incl. Haul New Bid Items C-7-2 "Maintenance Rack for boulder Reconstruction, Incl, Haul' Prepared By John Cole Dale: 513/2021 Directed By: �" Dale: Si&2021 C,ir-+•d Engin— CHANGE ORDER AGREEMENT 5 Rev. 8/19 1/26/2021 Corporations and Charities System BUSINESS INFORMATION Business Name: TUCCI & SONS, INC. UBI Number: 278 021 315 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 4224 WALLER RD E, TACOMA, WA, 98443-1623, UNITED STATES Principal Office Mailing Address: 4224 WALLER RD E, TACOMA, WA, 98443-1623, UNITED STATES Expiration Date: 03/31/2021 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 03/02/1948 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: MICHAEL F TUCCI Street Address: 4224 WALLER RD, TACOMA, WA, 98443-0000, UNITED STATES Mailing Address: 4224 WALLER RD, TACOMA, WA, 98443-0000, UNITED STATES GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL MICHAEL TUCCI GOVERNOR INDIVIDUAL TIMOTHY TUCCI GOVERNOR INDIVIDUAL MICHAEL TUCCI GOVERNOR INDIVIDUAL KEVIN KEVER https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1 /1 CORPORATE RESOLUTION RE AUTHORITY TO SIGN THE UNDERSIGNED Assistant Secretary -Treasurer of Tucci & Sons, Inc., a Washington corporation, do hereby certify and affirm that TUCCI&Sons �nC the following resolution was adopted at a duly convened regular meeting of the Board of Directors of said corporation, conducted in its corporate offices on December 12, 2020, and this authority has not been withdrawn or revoked as of the date hereof. BE IT RESOLVED, that any one of the following officers of the Corporation: Michael F. Tucci, President, or Timothy F. Tucci, Secretary - Treasurer, or Kevin A. Kever, Assistant Secretary/Treasurer, is hereby authorized and empowered to sign, seal and execute on behalf of the Corporation, any and all documents relating to bids, construction contracts, subcontractor contracts, and any other documents relating to construction. Said officers are also authorized to execute on behalf of the Corporation any documents arising from or associated with said construction contracts, including but not limited to requests for payment, work orders and change orders. DATED this 24th day of February 2021. KEVIN A. KEVER Assistant Secretary -Treasurer 4224 Waller Road Tacoma, Washington 96443-1623 Telephone 253 922 6676 Fax 253.922.2676 RETURN TO: PW ADMIN EXT: 2700 ID #: 3902 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Projects 2. ORIGINATING STAFF PERSON: John Cole EXT: 2718 3. DATE REQ. BY: 4/23/21 3. TYPE OF DOCUMENT (CHECK ONE): p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): 21-037 ❑ INTERLOCAL ® OTHER Change Order #001 4. PROJECT NAME: 521 - 2021 Asphalt Oveday Project S. NAME OFCoNTRACToR: Tucci & Sons Inc. ADDRESS: Dan Nelson TELEPHONE:253-377-0793 E-MAIL: Dan Nelson <ODNCcDtucciandsons.com> FAX: SIGNATURE NAME: Dan Nelson TITLE: PrOj Ct Manager S. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # 278021315 , EXP. 7. TERM: COMMENCEMENT DATE: 4/5/21 COMPLETION DATE: 8/31 /21 8. TOTAL COMPENSATION: $ 1,494,630.70+44,681.50=1_,539,312.20 (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: ❑ YES 0 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE TO: 1024400-521-595-30-110 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED A PROJECT MANAGER Jc 4/9/21 A DIVISION MANAGER SLH 4/9/2021 A DEPUTY DIRECTOR EJW 4/9/2021 DSW 4/12/21 d DIRECTOR DSW 4/15/2021 ❑ RISK MANAGEMENT (IF APPLICABLE) A LAW DEPT ER 4/14/2021 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: DATE REC' D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT A SIGNATORY ( 6R O DIRECTOR EJW 21, resigned 6 CITY CLERK ( i ❑ ASSIGNED AG # AG 'd ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE" " ORIGINALS 1/2020 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 521 AG 21-037 01 4/8/21 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE 2021 ASPHALT OVERLAY PROJECT Tucci & Sons, Inc. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. PER FIELD DIRECTIVE 002 (Attached) Sheet #6 Extend butt joint 14 feet to the South on 8th Ave S. Sheet #12 Additional Crosswalk associated with extended butt joint, 2. PER FIELD DIRECTIVE 003 (Attached Sheet #6 Remove 11 street trees. The time provided for completion in the Contract is ❑ Unchanged ® Increased by 2 Working Day(s) ❑ Decreased by _ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No NEW UNIT PRICES: ITEM NO. ITEM QTY UNIT PRICE ADD Sch A S 312th Sheet #6 35 Tree Removal 11 $ 3,150.00 $34,650.00 THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM (OTY UNIT PRICE ADD Sch A S 312th Sheet #6 12 2 Project Temporary Traffic Control 2 $ 1,000,00 $ 2,000.00 8 Removal of Cement Conc. Sidewalk 83 $ 20.50 $ 1,701.50 11 Planing Bituminous Pavement 73 $ 5.30 $ 390.00 12 HMA Class'/" PG 58H-22 16 $ 77.50 $ 1,240.00 21 Cement Conc. Sidewalk 83 $ 50.00 $ 4,150.00 31 Plastic Crosswalk Line 100 $ 5.50 $ 550.00 TOTAL NET CONTRACT: $ 44,681.60 INCREASE $ DECREASE $ CHANGE ORDER AGREEMENT 1 Rev. 8/19 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT $ 1,494,630.70 $ 0.00 $ 44.681.50 $ 1,539,312,20 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 cla s by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or de d ursuant to Change Order except as specifically described in this Change Order. Michael F. Tucd. President 04-20-21 CONTRACTOR'S SIGNATURE DATE PUBLIC YNORKS DIRECTOR DATE CHANGE ORDER AGREEMENT 2 Rev. 8/19 CITY OF FIELD DIRECTIVE Federal Way PUBLIC WORKS DEPARTMENT Field Order No. FD 002 Project: 2020 ASPHALT OVERLAY PROJECT Project Address: VARIES Owner: CITY OF FEDERAL WAY To: TUCCI AND SONS INC From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC: WORKS DEPARTMENT FOR YOUR PROJECT. SUBJECT: ADDITIONAL GRIND AND OVERLAY ON SCHEDULE "A" AT 8TH AVE S (STA 12+40) PER THIS "FIELD DIRECTIVE"....: The revised sheets issued in FD#2 have additional grind and overlay and associated crosswalk. Sheet # Change 6 Additional Grind and Overlay 12 Additional Crosswalk COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER .... Existing bid items. Attachments: Plan sheets that were altered or added per above. Prepared By: John Cole Date: Directed By: Capital Engineer Approved By: _ Received By: Public Works Director or S!rect Systems Managor Capital Engineering Manager Tvcol` Date: 4/6/2021 4/6/2021 Date: 04/07/2021 Date: q& / Z / GRAPHIC 20 40 RAMP Ic 20 DO CONSTRUCTION NOTES I —UT ASPHALT PAVEMENT OR CONCRETE 3 NOT USED ON THIS SCHEDULE Orm— 5 V-�H ST LU 1 NOT USED ON THIS SCHEDULE I ADJUST MONUMENT CASE AND COVER, PER CM DETAILFIR, ro w IJB z 6 ADJUST UTILITY PER CM STD DETAIL -1. 7 —ST MANHOLE, PER CM STD DETAIL a CEMENT CONC-CURB RAMP TYPE I PARALLEL, PER DETAIL F-10.1243 CEMENT C— CURB RAMP TYPE: PARALLEL. PER MDOT OETA FAQ.1-3 DEME T CONIC- CURB RAMP TYPE SINGLE DIRECTON, PER CM 6 RAMP. IT it 13.H 13487 ETAII-3-10 4"7 4'X73' 11 CE ENT C— CURB RAMP TYPE I PERPENDICULAR, PER DE -11 CFW 12 CEMENT C- CURB AND GLITTER, PER CMDETAL ALMIAG 13 CEMENT C— SIDEWALK, PER CM 14 NOT USED N THIS SCHEDULE 15 SCOLA-INCL.4-TOPSOIL 17 DETECTOR LOOPS. PER C- STD- DETAIL 144 19 CEMENT C-C CURB 12 IN. —, PER DETAIL PAGE U 19 UTILITY COVER NONSLIP WA COATING 20 CEMENT CONCRETE BARRIER CURB PER CM DETAIL 16-14 Sa 13 'S'N J6-42L. 12 WIS RAAIP04 07 '9,=-7 "AN"- 11 NOT USED ON -IS SCHEDULE 7 "111 Sx 14 51xr "'Q ZrA "c 11 NOT USEDTHIS SCHEDULE 9 < G- U) z m < m Of m 17100 �S 312TH ST 18+00 - �- — - — - — - w — 19,00 2E U) z z > 0 ♦ IR FULL DEPTH AT MATCH NE AND TRANSITION TO D 15.02E RAMP BU JOINTATSTATONORLO�TIONINCICATED. MOX4! 7 j arx IN AT DISTANCE DIRECTED BY ENGINEER. a W mO PLANE WIDTH AS INDICATED ON 'PI-ANING NIDTH A CURB AND GUTTER'- FULL DEPTH AT FACE OF GUTTER. DIGOUT AND REPAIR ROAD BECTON CONCRETE WORK CRY OF Federal confored an Opportunity rfunity 320�11THAVES FEDE LWAY,WA95O()3 PHONE: U5-2700 VWM.CITYOFFEDERALWAY.COM DRAFTED: J. COLE i4OL DRAWING DATE VERSION / REVISION LOG i REVISION 2021 ASPHALT OVERLAY PROJECT .... 12521 DESIGNED: J. COLE REVIEWED: S.HAMEL SCHEDULE A - SITE PREP AND PAVING PLAN S 312TH ST - STA 10+00 TO 20+00 SPA-01 5,1 APPROVED: D.VVIN�ER DIN 'o II p�upf gNy`t' 1 3 �D� ICLi t ] 1C11 •5110, LT ,9.T LT t L• ]Y LT 1 ]ILF 1BJ•PL 31•LT t IILT � IJ•9]99'LT l� z1 .LT 11 1aW0 0 11 06 - -1 •f' J wJl] /;.---.-T c]n% 11•TA 4TKnMI]S RT OJas RT A, LT SLT SRT •A9 IT RT 1TLF t901F p 1]0 LF 1_JJ �m95 LT �' •.1 ]•]kllLx .y 1 ifp, }J7LT� D -1 mN m IV a ow _ ]7Dp - 5312TM 5 1BT00 ]1' GRAPHIC SCALE m [7 x Pill RAIlIm O CONfTR Emfl NOTE PROFILED PIASMTINO WAY LEFT NRN LANE UNE P—NIAL TYPE 1 1 Ls D) N 3 PROFILED PLASM LANE LINE (AATERML TYPE D) W PLASM LINE—RIAL TYPE D) 2 ] PROFLED PLASMD BLEYELLMCENTERLWE(MAEMALWPE — z D) C] PROFILED—MWIOE LINE IMATERIALTYPED) PLASMTRAFFICAJ,ROWTYPE—PERWSDOTSTD PLAN NA 4A"2(MATERIALTYPE A) T PyASx1::TO0l EPER CFIA,Q A ]aI WATE UTYPE AI PLASM CROSSWALK LINE PER CFW DETAIL ].31 (MATERIAL TYPE A) 1 "wr WE LA4E:1VEOL PER MDOT--M PLAN2A.f. '' 10 PR—ED PLASM NO-WSI LINE (MTERML TYPE D) 11 HYDRANTNARKERTYPE28 4` NOL ITLID ON THN ECNEOULL 1] NOT US EDONTHISSCHEWLE - 1A NOTUSED ONTHISSCHEDULE 15 A IM TRAMC ARRGIV TNIE NIL PER W.'OOTIM.. PLAN .2-21MATERIAL TYPE A) KaIH ' - T 11 c 1 .1 y 15 � A m -35'RT ], Ri 10.10 ]YRT IP•1011 RT CRY OF Federa I Way P DRAFTED: J. COLE S' DRAWING VERSION / REVISION LOG INC. DATE REVISION DESIGNED: J-GOLF Gentarad on oppartunity 7 Ya - 333ETH AVE S FEDERAL WAY, WA 9EW] H,n3�L WN,W.CITYOFFEDERAL5.2700 PHONE: (253RALWA .COM APPROVEDD.VANKLER : I 11 100% DRAWINGS CITY PNOJECIR: 2021 ASPHALT OVERLAY PROJECT 12521 SCH A - PAVEMENT MARKING AND SIGN PLAN 12T S 312TH ST — STA 10+00 TO 20+00 NCCI8SONS INC. M% April 8, 2021 John Cole City of Federal Way Public Works PO Box 9718 Federal Way, WA 98063 APPROVED CITY OF FEDERAL WAY PUBLIC WORKS DEPT. BY: JC4 DATE: M4�2021 SUBJECT: Federal Way 2021 Asphalt Overlay Project No. 521 Serial Letter 001 — Field Directive 3 Tree Removal Mr. Cole: Per your email of April 7, Tucci & Sons hereby presents pricing for tree removal and associated work as directed in Field Directive #3. We propose a price of $3,150.00/EA. This includes complete tree removal, stump grinding, root removal, all disposal and traffic control. It is anticipated that this work will require two days to complete. As the work will require nearly the entire north side of Schedule A, concrete flatwork installation will be delayed for the two days required for tree removal. We request two working days be added to the Contract. If acceptable, this work can begin on Monday April 12. Please let me know if there are any questions. Thank you. Sincerely, TUCCI & SONS, INC. Mn Nelson Project Superintendent I I E RAM", 11 RAMP i2 L' T .1•AL: / fIRI.PWIC f.:ALE THE11,4711 TREE Aa''•II• ]]1<.116%20 TREE AT I4+!1 ! TREE AT tI LLD TREE i�T 11 •D1 ,'i (CAL1P i] I,11..:. DIA tv; W tA' MTREE p IRR; AT If•3ai IIIL:_r ��� _ ._ D1n Ir � R ` DO O CONSTRUCTION NOTES Y. U 1 SANCUT ASPHALT PAVEMENT OR CONCRETE 1'.-_ �•ti;: - _f.:` _ �l._Y - > _ IYDSU.CN IY]:�IEDVLE Q Of ] NOT USED N THIS SCHEDULE r 53TtT' ST W 9 NOT USEDNTHISSCHEDULE 05 ADJUST MONUMENT CASE AND COVER, PER CM DETAILS 6 _- W 6 ADJUSTUTILITY PERCFVJSTD DETAIL 5 �_ •. - - = 7 ADJUST MANHOLE, PER CM STD DETAIL 155 U CEMENT CNC CURB RAMP TYPE I PARALLEL, PER WSDOT DETAIL � - • j Q i Ho.12-0J t g CEMENTCNC.CURB RMIP TYPE2 PARALLEL. PER VSDOT DETI CEMENT CC. CURB RAMP TYPE SINGLE DIRECTION, PER CM IT 1. CJ ' RVKWA 17 !rn]RAMPi7 10 RAMpM 13L14 13.96 13aB] - 1A13i _- tDCONC. DETAIL 11. V 4767 4x7S �� � _ _ _ CEMENT CNC. CURS RAMP TYPE 1 PERPENDK:ULAR, PER CFW m I 11 OETNL111 ! 12 CE MENTCNC CURB AND GUTTER, PER CFW DETAILDOC ElA 13 CEMENT CNC- SIDEWALK, PER CM DETAIL }13 14 NOT USED N THIS SCHEDULE to :DO L-AN. ft4. r TpP 16 NOT USED ON THIS SCHEDULE 17 DETECTOR LOOPS.PER CFWSM. DETAIL 3W9- 16 CEMENT CNC CURB 121N. AIDE, PER DETAIL PAGE 17-OOGn2L E11 ` 19 UTILITY COVER NO&SLIP MMA COATING. " nCEF10 iNE6 AT Ie.II TREEAT IS-1]E U,1 - TREE•T1 �' 'L%Jii L]1L�_0LA'.ti' \ \] ID c10AE7Tt c3`:RETlBNl JER CIAlBYER CFRYDETAIL Ys 31 TREE AT 15�7] I1t0:6•NOE H8 SIA W - - - - UE\:'� ' II'1EEA11L-Qj IREE AT tL �L] .SIOEV/ALK HAS GB V.'lIH >' 1d�T%IRLE AT 16n5 %L pnnvis- 19.SBR RN�'R 13 I„•i1 I' - [:IV 11- pIA e1" SOLID LOCKI LID 0 i 7 21 NOT USED NTHIS SCHEDULE 7%f Qs11R BXJ1' w1� a�__ rj]`%,l. UTA _D57XA' 22 NOT USED ON THIS SCHEDULE n •kw L'- -.- I- l_-.---'-----'-- as m - --�.• - _ 1 - J Y - _ _ .bG.. - - - Z i _ �. o _ _ _ _ _ � � _ T7.00 S 312TH '( V W IUU - Z :. - m A ---'�-- LEGEND' BU S I x6 •••+y'y[1l 1s.E1R ® FULLDEPTHATMA C UNEANDA�I TRANSITONTOD ! VV �� 1 7r" IN AT OISTANCE MRECTEO BY ENGINEER. 1 I I E i16 PLANE1VDTHASI"CATEDN'PUMNGWDTH I _ AT CURB AND GUTTER', FULL DEPTH AT FACE OF I{ GUTTER. I I I+ ! DIG OUT AND REPAIR ROAD SECTION. CONCRETE WORK 100% DRAWINGS MY OF DRAFTEDJ. COLE CITY PROJECT /' DESIGNED: J. COLE DRAWINGVERSIONN/REVISION LOG 2021 ASPHALT OVERLAY PROJECT 12521 A : Federal Way L y ti NO DATE REVISION Centered on Opportunity 33325 BTH AVES FEDERAL WAY WA 9800] REVIEWED: S. HAMEL ti�.�� SCHEDULE A -SITE PREP AND PAVING PLAN SPA-01 PHONE: (253)835-2700'�� S 312TH ST - STA 10+00 TO 20+00 VNWICITYOFFEDERALWAY_COM �iQBitw Mvl& APPROVED: D V✓1NKLER Ofi OF 55 ilIzz.-I, 111T1- 11n.• .. .Rol CITY OF Federal Way Field Order No.: FD 003 FIELD DIRECTIVE PUBLIC WORKS DEPARTMENT Project: 2021 ASPHALT OVERLAY PROJECT Project Address: VARIES Owner: CITY OF FEDERAL WAY To: TUCCI AND SONS INC From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT FOR YOUR PROJECT. SUBJECT: STREET TREE REMOVAL ON SCHEDULE "A" PER THIS "FIELD DIRECTIVE......: The revised sheets issued in FD #3 have 11 street tree removal that costs/line items are needed for. Tree removal will included stump and root removal. Where stump removal will involve extensive disruption of surrounding structures, stump grinding will be allowed and coordinated with city engineer and or inspector. Sheet # —Change 6 11 Tree, stump and root removal and associated sidewalk e la ement COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER .... Existing and new bid items. Attachments: Prepared By: Directed By: Approved By: Received By Plan sheets that were altered or added per above. John Cale Date: 4/6/2021 zr Date: 4/6/2021 Capital Engineer /) Public Works Director or Capital Engineering Manager Date: 04/08/2021 Date: q lv ?_( RETURN TO: PW ADMIN EXT: 2700 ID #: 3870 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Projects Z. ORIGINATING STAFF PERSON: John Cole EXT: 2718 3. DATE REQ. Bi : 2/9/2021 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 ❑ OTHER 4. PROJECT NAME: 2021 Asphalt Overlay Project 5. NAME OF CONTRACTOR: TUCCI and Sons, Inc ADDRESS: 4224 Waller Road Tacoma, WA 98443 TELEPHONE: 253-922-6676 E-MAIL: MTUCCI TUCCIANDSONS.COM FAX: SIGNATURE NAME: Michael TUcd TITLE: President 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ uBi # 278021315 , EXP. 01 /14/22 7. TERM: COMMENCEMENT DATE: TBD COMPLETION DATE: Once accepted as complete 8. TOTAL COMPENSATION:.% 1 ,494, 630.70+$148,463=1,643 093.70 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: 0 YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: d YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR 0 CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR 11 RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE TO: 102-4400-521-595-30-650 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 8 PROJECT MANAGER Jc 1n6121 6 DIVISION MANAGER SLH 1/26/2021 6 DEPUTY DIRECTOR DSW 2/Wl 8 DIRECTOR -- ❑ RISK MANAGEMENT (IF APPLICABLE) d LAW DEPT ER 219/21 2J4121 COMMITTEE APPROVAL DATE: 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: Cal SCHEDULED COUNCIL DATE: 2116121 COUNCIL APPROVAL DATE: `-1 + 11. CONTRACT SIGNATURE ROUTING J� �� 20 l �j 1 ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC' D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ,tT LAW DEPT l` IGNATOAY (MAYOR OR DIRECTOR) �— ;-6 CITY CLERK ,er'ASSIGNED AG # A C7 ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE" ORIGYNALS. 1 /2020 RETURN TO: EXT: 3845 10 CITY OF FEDERAL WAY LAW DEPARTMENT IR ITTI36GFOIRM 1. ORIGINATING DEPT./DIV: PWiCAPITAL PROJECTS 2. ORIGINATING STAFF PERSON: JOHN COLE EXT: 278 3. DATE REQ. BY. 12"&2020 4. TYPE OF DOCUMENT (CHECK ONE): A CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): 20-0011 ❑ INTERLOCAL ❑ OTHER S. PROJECTNAME: 2021 ASPHALT OVERLAY PROJECT 6. NAME OF CONTRACTOR: TBD ADDRESS: TELEPHONE E-MAIL: FAX: SIGNATURE NAME: TITLE 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS 8. TERM: COMMENCEMENT DATE: TBD COMPLETION DATE: TBD 9. TOTAL COMPENSATION $ TBD (ENGINEER EST. = $1,986,183) (INCLUDE EXPENSES AMID SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED ®YES ONO IF YES, $ PAID BY. ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: 0 RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: TBD 10. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED I/I PROJECT MANAGER JC 1214120 A DIVISION MANAGER SLH 12110/2020 A DEPUTY DIRECTOR DSW 12/2012020 2 DIRECTOR o LAW ER 12/14/20 11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING DATE SENT: DATE REC'D: ❑ SENT TO VENDOR/CONTRACTOR ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (Include dept. support staff if necessary and feel free to set notification more than a month in advance if council approval is needed.) INITIAL / DATE SIGNED ❑ LAW DEPARTMENT ❑ SIGNATORY (MAYOR OR DIRECTOR) ❑ CITY CLERK ❑ ASSIGNED AG# AG# 20-0011 COMMENTS: COMPLETE RFB DOCS FOR ADVERTISING, NEED RETURNED NO LATER THAN 1211&2020 27017 1� 011'k- CITY OF Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 2021 ASPHALT OVERLAY PROJECT PROJECT # 521 RFB # 20-0011 City of Federal Way PUBLIC WORKS DEPARTMENT 33325 8th Avenue South Federal Way, WA 98003 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 2021 ASPHALT OVERLAY PROJECT PROJECT # 521 RFB # 20-0011 Bids Accepted Until 10:00 a.m., (January 19), 2021 at City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 Prepared By: City of Federal Way 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 2021 ASPHALT OVERLAY PROJECT RFB-i PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN TABLE OF CONTENTS PAGE ADVERTISEMENTFOR BIDS...............................................................................................................................1 INSTRUCTIONS TO BIDDERS & CHECKLISTS..................................................................................................3 BIDPROPOSAL.....................................................................................................................................................5 BIDBOND.............................................................................................................................................................15 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................16 PUBLICWORKS CONTRACT.............................................................................................................................17 SAMPLECONTRACT CHANGE ORDER...........................................................................................................24 CERTIFICATEOF INSURANCE..........................................................................................................................26 PERFORMANCEAND PAYMENT BOND...........................................................................................................27 CONTRACTOR'S RETAINAGE OPTION............................................................................................................29 RETAINAGE BOND TO CITY OF FEDERAL WAY.............................................................................................30 SPECIALPROVISIONS........................................................................................................................................... STANDARDPLANS AND DETAILS........................................................................................................................ PREVAILING WAGES AND BENEFIT CODE KEY................................................................................................. PROJECTPLANS............................................................................................................. BOUND SEPARATELY CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-ii PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN ADVERTISEMENT FOR BIDS 2021 ASPHALT OVERLAY PROJECT SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids through January 19, 2021, at 10:00 a.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 City Hall during normal business hours, however City Hall is likely to be closed to the public, therefore City staff will be available for one hour before the formal bid opening at 10:00 a.m. at the main door of City Hall to provide access to the Finance Department. Contractors may choose to mail bids; however, City Hall has limited mail processing. It is the Contractors responsibility to ensure that mailed bids are received and processed through the City's mail service in time. 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 10:05 a.m. on January 19, 2021. The remote meeting can be accessed via Zoom using Webinar ID: 922 7368 8417 and Passcode: 935161 This link: litLps://c itvoffederalway.zooni.us/i/92" 73688417?pwd-em hPc;2RNeGc5dGli i-[ WW8xOLlxR W FILt iTO 9 Or by dialing: One tap mobile +12532158782„92273688417# US (Tacoma) +12063379723„92273688417# US (Seattle) Dial by your location +1 253 215 8782 US (Tacoma) +1 206 337 9723 US (Seattle) +1 213 338 8477 US (Los Angeles) 888 788 0099 US Toll -free 877 853 5247 US Toll -free Meeting ID: 922 7368 8417 This project shall consist of: Furnishing all materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities or service, if any, specified herein to be furnished by the Owner or others), for the construction, sequencing and traffic control plan for overlaying existing asphalt concrete pavement in eight (8) different locations within the City of Federal Way. The work shall include, but is not limited to: Hot Mix Asphalt (HMA Cl. 1/" PG 58H-22) pavement overlay (approximately 7,500 tons), roadway excavation, planing bituminous pavement, pavement repair, removal and replacement of curb and gutter, sidewalk, curb ramps, traffic curb, repairing or re -aligning manholes and catch basins, traffic signal detection loops, pedestrian push button and foundation, channelization, restoration, utility adjustments, and all items necessary to complete the work as described in the Contract Documents. The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice to Proceed, the Contractor must complete all work within 100 working days. BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available on-line through Builders Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works," and "City of Federal Way." It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future addenda and to place themselves on the "Bidders List." Bidders that do not register will need to periodically check on-line for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-1 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN if you require assistance with access or registration. An informational copy of plans, specifications, and addenda are available for viewing only at the City of Federal Way Finance Department. QUESTIONS: Any questions must be directed to John Cole, Capital Engineer, by email at ohn.cole cit offederalwa .corn, or by letter addressed to same. Questions must be received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of bids. OTHER PROVISIONS: All bids and this Project shall be governed by the Contract, as defined by the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction 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 with4he 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 December 24, 2020 and December 31, 2020 and January 8, 2021 Federal Way Mirror Publish January 1, 2021 and January 8, 2021 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-2 PROJECT #521 / RFB #20-0011 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 Cole, Capital Engineer, by email at john.cole@cityoffederalway.com, or by letter addressed to same. The questions must be received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their bids. Any interpretation deemed necessary by the City will be in the form of an Addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued. All such Addenda shall become part of the bid. (4) BID PRICE The bid price shall include everything necessary for the completion of the Contract and the Work including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the Contract Documents. All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety (90) days after the bid opening. (5) POSTPONEMENT OF BID OPENING The City reserves the right to postpone the date and time for the opening of bids by Addendum at any time prior to the bid opening date and time announced in these documents. (6) REJECTION OF BIDS The City reserves the right to reject any bid for any reason including, but not limited to, the reasons listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of any bid and/or to reject all bids. In consideration for the City's review and evaluation of its bid, the bidder waives and releases any claims against the City arising from any rejection of any or all bids. If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. (7) RECYCLED PRODUCTS The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-3 PROJECT #521 / RFB #20-0011 CFW RFS VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal (8) BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required. Failure to comply may result in rejection of any bid not so complying. ❑ Bid Prasal: The Bid Proposal shall be completed and fully executed, including filling in the total bid amount. ❑ Bid Band: This form is to be executed by the bidder (and the surety company as appropriate, depending upon the option selected by the bidder). ❑ Contractor Certification — Wage Law Compliance: This form shall be filled in and fully executed by the bidder (9) CONTRACT CHECKLIST The following documents are to be executed and delivered to the City after the Bid is awarded: ❑ Public Works Contract: The successful bidder will fully execute and deliver to the City the Public Works Contract ("Contract") from these Bid Documents. ❑ Certificate of Insurance: The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ PerformancelPa ment Band: The successful bidder will provide a fully executed Performance/Payment Bond as appropriate_ ❑ Contractor's Retainage Option: The successful bidder will fully execute and deliver to the City the Contractor's Retainage Option. ❑ Contractor's Retainage Bond: If the retainage bond option is chosen, then the successful bidder will fully execute and deliver to the City the Contractor's Retainage Bond. ❑ Business License: The successful bidder will provide a copy of a current Business License with the City of Federal Way. CITY OF FEDERAL WAY Addendurn #1 l 2021 ASPHALT OVERLAY PROJECT RFB-4 PROJECT #521 1 RFB #20-0011 CFW RFB VERSION 2020-JUN BID PROPOSAL 2021 ASPHALT OVERLAY PROJECT PROPOSAL SUBMITTED TO: City of Federal Way 33325 8th Ave South Federal Way, Washington 98003-6325 PROPOSAL SUBMITTED BY: Bidder: TUCCI & SONS. INC. Full Legal Name of Firm Contact: MICHAEL F. T .Cl.PRESIDENT individual with Legal Authority to sign Bid and Contract Address: 4224 WALLER ROAD Street Address TACOMA. WASHINGTON 98443 City, State Zip Phone: _ _(253) 22-6676 _ E-Mail: MTUCCI@TUQfIAND5ON$,C0M Select One of the Following: Corporation ❑ Partnership. ❑ Individual ❑ Other State Contractor's License No.: TUCCIS" 379NO State Contractor's License Expiration Date: 01 1 14 12022 Month Day Year State UBI No.: 278 State Worker's Comp. Account No.: 700,260-00 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-5 PROJECT #521 1 RFB #20-0011 CFW RFB VERSION 2020-JUN Frovided to Builders Exchange of WA, Inc, For usage Conditions Agreement see www_bxwa com - Always Verify Scal NOTE: All entries shall be written in ink or typed. Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with dlegible figures in the unit price column will be regarded as nonresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto The Bidder shall complete this entire Bid Form or this bid may be considered non -responsive. The City may correct obvious mathematical errors. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. Schedule A - S 312th St (13th Ave S to 8th Ave S APPROX. UNIT TOTAL ITM ITEM DESCRIPTION QUANTITY UNIT PRICE BID P 1 310O "0 31,600 00 1 1-09 Mobilization 1 LS t Project Temporary Traffic 100 v4 46, 2 1-10 Control 1 LS QG�. Contractor Provided 3 1-10 Uniformed Police Officer 1 FA $6.400.00 $116,400.00 4 1-10 Construction Signs Class A 1 LS 00 pp,,)9 Ou. 490 Portable Changeable np,",,^n 00 5 1-10 Message Sin 10 DAY W, Ow. 6 2-01 Roadside Cleanup 1 FA $2.000.00 $2,000.00 7 2-02 Sawcuttina 595 LF 3.60 ;108P-50 Removal of Cement Cone. 9(010, o0 8 2-02 Sidewalk 420 Sy �0.5� Removal of Cement Cone. 6q�o, °� 9 2-02 Curb and Gutter 340 LF oZo.`50 10 5-04 Pavement Repair Excavation Incl. Haul 101 CY .Z ,OO ao -705. 00 Planing Bituminous jo � 70 11 5-04 Pavement 5519 SY 02 o?E 50 12 5-04 HMA Class 1/2" PG 58H-22 1403 TN ! /• HMA Class 1/2" PG 581-1-22 1 cc 1��, ��`` co �� 13 5-04 for Pavement Repair 228 TN •moo . 14 5-04 Crack Sealing 1 FA $5,000.00 $5,000.00 15 7-05 Adjust Manhole 1 EA 60 � 00 6 �. �$ D50, 16 7-05 Adjust Utility 29 1 EA CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-6 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa.com - Always Verify Scal fi 17 8-02 Sod Lawn 13 SY I_ 'wo• ,00 q 1 q 5D• so QQAV �O%0 Cement Conc. Curb and 18 8-04 Gutter 340 LF /• Raised Pavement Marker, 6�, 00 W, 00 19 8-09 T e 2 1 H U N D 20 8-09 Hydrant Marker, Type 2B 1 EA , 00 ���� &V. oQ 21 8-14 Cement Conc. Sidewalk 420 SY aD C41 a�o. co Cement Conc. Curb Ramp a-��. oo 22 8-14 Type 1 Parallel 10 Cement Conc. Curb Ramp EA / i1 0 00 3, 23 8-14 Type Single Direction 2 EA Utility Cover Non -Slip MMA 00 �• 00 7O0• 24 8-14 Coating14 SF �� -7 25 8-20 Induction LoopDetectors 13 EA 600,E Remove and Replace Pedestrian Push Button 00 C*Ob 26 8-20 j Pole Permanent SigningJ , 5 1 EA �Y3 . rO0' do 00. 00 27 8-21 LS 2.16 7-/ 28 8-22 Profiled Plastic Line 3700 LF V5., 29 8-22 Plastic Edge Line Profiled Plastic Wide Line 3700 LF /• b0 65J5v. co 30 1 8-22 150 LF60 6 — 1 p75 r00 as to. 990 190 00 a76o 31 8-22 Plastic Crosswalk Line 420 LF 6450 32 18-22 Plastic Stop Line Plastic Traffic Arrow 80 23 LF 7,00 33 8-22 EA !� 00 Painted Bicycle Lane / 00 �0, (360. 34 8-22 Symbol 3 EA ! SUBTOTAL SCHEDULE A 4q L 2gq �o CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-7 PROJECT #521 I RFB #20-0011 Addendum #1 CFWRFB VERSION 2020-JUN Provided to Builders Exchangr- orl WA, Inc Cor usage CJnditions Agreement see www cxwr coin - Always Verify Seal Schedule B - SW 312th St (14th Ave SW to 8th Ave SVV)_ APPROX. UNIT TOTAL ITM ITEM DESCRIPTION QUANTITY UNIT PRICE BID 1 1-09 Mobilization 1 LS 7cGO, W Project Temporary Traffic pa ��• 2 1-10 Control 1 LS��oo Contractor Provided 3 1-10 Uniformed Police Officer 1 FA $6.400.00 $6,400.00 Portable Changeable pp�� 00 goo. 4 1-10 Message Sian 10 DAY Ov1 &pW00 Construction Signs Class o0 $- 5 1-10 A Roadside Cleanup 1 1 LS FA Oc• $2,000.00 6 2-01 -$2,000.00 Removal of Cement Conc. 00 `C�e�p�, (58m, °O 7 2-02 Road Panels 58 SY I0• Removal of Extruded 26.00 1 ! 25 co 8 2-02 Cement Conc. Curb 45 LF Removal of Mountable b- 50 00 l r, ODD. 9 2-02 Curb 1700 LF Maintenance Rock for Shoulder Reconstruction, 55. on 10 4-04 Incl. Haul 93 TN Pavement Repair D0 175� 00 `�'75, 11 5-04 Excavation Inc], Haul 117 CY Planing Bituminous fj� 7s 00 o pb� 12 5-04 Pavement HMA Class 1/2" PG 581-1- 1288 SY • 7gdw ru0 /0 (0, c;2(0• 13 5-04 22 1353 TN HMA Class 1/2" PG 581-1- 00 his oZ7 ��5, 00 14 5-04 22 for Pavement Repair 241 TN HMA for Preleveling Class /� Q� 00 I ' 15 5-04 1/2" PG 58H-22 156 TN 0, I 16 5-04 Crack Sealing 1 _ _ 3 FA $16.000.00 $16,000.00 17 7-05 ! dust Manhole EA 9004 00 .2700- 00 900 00 ' AD " 5W. 18 7-05 Ad'ust Catch Basin 5 EA CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-8 PROJECT #521 1 RFB #20-0011 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa.coin - Always Verify Scal 19 7-05 AdJust Utility 8 EA 660 00 6-WV. C0 20 8-04 8-04 Extruded Cement Conc. Curb Mountable Curb 45 1700 1 LF lb, 00 l /• 00 700,00 7X. DO 1$1700.00 700.00 21 LF HUND 22 8-09 Raised Pavement Marker, Type 2 23 8-09 Hydrant Marker, Type 2B 3 EA Ur' 0, 0D `/ �W' co 24 8-13 Adjust Monument Case 8 Cover 2 EA VrQ�% O0 00 `000• 25 8-22 Profiled Plastic Line 1700 LF 2. 1 tv�v'S5. 26 8-22 Plastic Edge Line 3400 LF Lo • o0 /OD 27 8-22 Plastic Crosswalk Line 90 LF 6 `50 4Lt5, co 28 8-22 Plastic Stop Line 23 LF -00 /• av A01 SUBTOTAL SCHEDULE B 318; 5�I• So Schedule C - 8th Ave S - Marine Hills APPROX. UNIT TOTAL ITM ITEM DESCRIPTION QUANTITY UNIT PRICE BID W , 3� 01� 100 ��� 1 1-09 Mobilization 1 LS ��,,nn 00 Project Temporary Traffic 00 60 2 1-10 Control 1 LS �/ Portable Changeable J��r-� 80. 0" oo.�•�,, 8CO. 00 3 1-10 Message Sin 10 DAY aw. 00 ��00 4 1-10 Construction Signs Class A 1 LS 5 2-01 Roadside Cleanup 1 FA $2,000.00 $2,000.00 ls, 00 75 'pO 6 2-02 Sawcuttin 45 LF Pavement Repair 145. I �f75� 00 7 5-04 Excavation Incl. Haul 129 CY Planing Bituminous 6• 00 �t. 00 —L�T 8 5-04 Pavement 8858 SY cm. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-9 PROJECT #S21 / RFB #20-0011 CFW RFB VERSION 2020-/UN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.coni - Always Verify Scal 9 5-04 HMA Class 1/2" PG 581-1-22 1955 55 /10 - 10 5-04 HMAClass 1/2" PG 581-1-22 for Pavement Repair Crack Sealing 266 TN DO Q 11 5-04 1 FA $5,000.00 12 7-05 Adjust Manhole 4 EA nn$5.000.00 7�/�% �• 00 13 7-05 1 Adjust Catch Basin 10 EA ! . DO q0W . GO 14 7-05 Adjust Utility 8 EA 1750,00 Gq0 15 8-02 Sod Lawn Hydrant Marker, Type 2B 10 SY ".ODD Oa co 7A-W 00 5 16 8-09 8 EA 60. 17 8-13 Adjust Monument Case & Cover 15 EA �• 18 8-14 Cement Conc. Sidewalk 1 SY ao 00 19 8-14 Cement Conc. Curb Ramp Type 1 Parallel 3 1 EA /�j g 0 00 — Go (3200. 20 8-14 Cement Conc. Curb Ramp Type Single Direction EA �Zai 21 8-22 Plastic Crosswalk Line 90 LF CO SUBTOTAL SCHEDULE C 3 (-732 , S-0 r - Schedule D - Marine View APPROX. UNIT TOTAL UNIT P ITM ITEM DESCRIPTION QUANTITYRICE _ BID 1 1-09 Mobilization _ 1 LS 13 if� w �v 00 Project Temporary Traffic I DD o�T (,, CO 2 1-10 Control 1 LS Portable Changeable p�-� 3 1-10 Message Sin 10 DAY 80. 00 00 00 4 1-10 Construction Signs Class A 1 LS OC 5 2-01 Roadside Cleanup 1 FA $2.000.00 $2,000.00 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-10 PROJECT #521 / RFB #20-0011 CFWRFB VERSION2020•JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 6 5-04 Pavement Repair Excavation Inc[. Haul 31 CY 8,52J, 00 Planing Bituminous 3. 387`50 7 5-04 Pavement 9825 SY 8 5-04 HMA Class 1 /2" PG 58H-22 850 TN so bq a775, 00 HMA Class 1l2" PG 58H-22 r�5. � �� O�' � 9 5-04 for Pavement Repair 63 TN / 10 5-04 Crack Sealing 1 FA $3,000.00 $3,000.00 11 7-05 Adjust Manhole 10 EA 0?06) DO I CJ. 00 10 ��• 12 7-05 Adjust Catch Basin 4 EA /�_� Replace Existing Frame, Grate and Riser (City 00 13 7-05 . Furnished) 1 EA00 _ L���. tit/ 14 8-09 Hydrant Marker, Type 2B 3 EA Lsia 00 Raised Pavement Marker, 00 00 15 8-09 Type 2 1 H U N D �. Adjust Monument Case & .00 16 8-13 Cover 3 EA . nD 17 8-20 Induction Loop Detectors 4 EA V0 18 8-2_2 Painted Line 6045 LF Z7 Removal and Replacement 60 qX0- 19 8-32 of Speed Hump, Complete 3 EA SUBTOTAL SCHEDULED J Cla, 18-1.2-5 Schedule E - 39th Ave S ITM ITEM DESCRIPTION APPROX. QUANTITY UNIT UNIT TOTAL PRICE BID /' of . ID 00 1 1-09 i Mobilization 1 LS 2 1-10 Project Temporary Traffic Control 1 LS 3 1-10 Portable Changeable . Message Sign 10 J DAY go. 00-�/,� 4 1-10 Construction Signs Class A 1 LS 0000. 00 00 5 2-01 Roadside Cleanup 1 FA $2.000.00 $2,000.00 6 5-04 Pavement Repair Excavation Incl. Haul 46 CY j79.00 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-11 PROJECT #521 / RFB #20-0011 Addendum #1 GFWRFBVERSION 2020-JUN Provided cc Builders Exchange ')t W14, Inc For usag�t Conditions Agreement see .,•w.a bxwa corn - Always Verifv Scat 7 5-04 Planing Bituminous Pavement 4623 SY VT' , 5 nG Gv Zo o 8 5-04 HMA Class 1/2" PG 58H-22 823 TN U.,?. -75 laa 103. 2S 9 5-04 HMA Class 1/2" PG 581-1-22 for Pavement Repair 95 TN /33 • 00 2 4 35- 00 10 5-04 Crack Sealing 1 FA $3,000.00 $3 000.00 11 7-05 Adjust Utilit 4 EA 6,D, co 2600,00 12 7-05 Adjust Catch Basin 6 EA 4700.00 00 Vft• 13 8-09 Hydrant Marker, Type 2B 3 EA 1o, in?/,5v, Opp I 14 8-13 Adjust Monument Case & Cover 2 EA 00 vO . SUBTOTAL SCHEDULE E l&+, `iP V. TOTAL SCHEDULES A+B+C+D+E = TOTAL BID BID AMOUNT (Including Washington State sales tax, all other government taxes, assesments and charges) *1,qqq.G36 -I' The documents incorporated by reference, as if fully set forth, are the Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. Pursuant to and in compliance with the Advertisement for Bids for the Project, and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the referenced bid amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. NON -COLLUSION AFFIDAVIT By signing this proposal, the undersigned acknowledges that the person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this project. To report rigging activities, call 1-800-424-9071, The U.S. Department of Transportation (USDOT) operates the toll -free hotline Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such activities. The hotline is part of USDOT's continuing effort to identify and investigate highway construction CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-12 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN Provided to BuiLders Exchange of WA, Inc For usage Conditions Agreement see www bxwa.com - Always Verify Scal 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. Receipt of the following Addendums is hereby acknowledged: Addendum No. L Addendum No. 2 Addendum No. _ CITY OF FEDERAL WAY Date Issued: Date Issued: Date Issued: 2021 ASPHALT OVERLAY PROJECT RFB-13 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc for usage Conditions Agreement see www.bxwa com - ALways verify Scal The undersigned individual represents and warrants that he or she is d authorized to execute the bid and all bid documents on behalf of any partnership, joint venture or corporation. By; Si�naiure MICHAEL F. TUCCI Printed Name TUCCI & SONS, INC. Title Subscribed and sworn to before me this � day of JTAML) ..'l� 20_Z Signature of Notary , ��}►arrt��l MeUssA A. S antos r,•-tiN597& �!Q $r Printed name of Notary s (Pr *r Notary Public in and for the St to of ashir�`L _ctton My commission expires: ► uBuG p • �I� �+ a' CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-14 PROJECT #521 I RFB #20-0011 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BID BOND 2021 ASPHALT OVERLAY PROJECT OPTION 1: BID BOND DEPOSIT Attached is a deposit in the form of a certified check, cashier's check, or cash in the amount of $ 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, Tucci & Sons, Inc. as Principal, and Travelers Casualty and Stj rety Coan an+ 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 liquidate damages, the amount of this bond SIGNED, SEALED JED THIS 19th DAY OF January 2021 Tucci & Sons, Inc. ra�TTUasuaity� Sure Company of America Principal - Signature 3f Authorized Ofircial S ly - Attorney in Fact Julie A. Craker, Attorney -in -Fact (Attach Power of Attorney) Nllcft" i ��tt Title Name and Address of Local Office/Agent of Surety Company is: Hentschell & Associates, Inc. (Agent) 1436 S. Union Avenue Tacoma, WA 98405 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-15 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Travelers Casualty and Surety Company of America A11111111111k Travelers Casualty and Surety Company TRAVELERS J 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 Julie A. Craker of Tacoma Washington , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional 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 3rd day of February, 2017. e ' � rwrtFor+o � rn"°'wn State of Connecticut By: City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, 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 the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. 6• My Commission expires the 30th day of June, 2021 0A *gyp f Mane C Tetreault, 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 4h ereto 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 19th day of January 2021 00 ..... O(C74ell ++� E SIX f. Kevin E. Hughes, Assistant Secretary ro vrah'Aty Mw aehthr 6Vfy of Mis Porwr ofAttahnay, pAsam w// &w all -M-42.13880, Pleasehttifwtotheabare-namadAtLo►na 40Faeiandthe&&&of61MbaMdvwiHahthe pmwisamrdred 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 i4OTT 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. is • • : � ._ u = r1I�IHE•�•Ye1►E•�i►C+� Print fdtl Legal Name of Firm By: MICHAEL F. TUCCI Signature of Authorized Person Print Name of Person Making Certifications for Finn TitIe:PRESIDENT Place:TACOMA, WASHINGTON Me of Person Signing Certirrcate Print City and State Where Signed Date: JANUARY 19.2021 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-16 PROJECT #621 l RFB #20-0011 CFW RFS VERSION 2020-IUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa,com - Always Verify Scal PUBLIC WORKS CONTRACT THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this aA day of �0.�dn _, 20'2 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and Tucci and Sons, Inc, a Washington corporation ("Contractor"), for the project known as 2021 Asphalt Overlay Project (the "Project"). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to complete the Project; and B. The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR Contractor shall perform all Work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the Project. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors and in accordance with and as described in the Contract Documents, which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 2. TERM 2.1 This Contract shall commence on the effective date of this Contract and continue until the Project is formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and all bonds for the Project are released by the City. 2.2 The Contractor must complete the Work in accordance with the number of Working Days for the Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of the Project and diverting City resources from other projects and obligations. 2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the Engineer in accordance with the Contract Documents. Any request for a time extension or additional compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages, or other relief (including expectancy or consequential damages) as a result of the event or condition giving rise to such request. 3. COMPENSATION 3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed One Million Four Hundred Ninety -Four Thousand Six Hundred Thirty and 70/100 Dollars ($ 1,494,630.70), 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 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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-17 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN 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. 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-18 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does not include, or extend to, any claims by the Contractor's employee directly against the Contractor. The Contractor recognizes that this waiver was specifically entered into. 5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of the Contract Documents and assumes all risk thereof. 5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any applicable statute of repose with respect to claims, fines, costs or damages brought or made against any Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract. 5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the City may, in the City's, sole discretion, release such funds if the Contractor provides the City with adequate assurance of the protection of the City's and the other Indemnified Parties interests. 5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each Subcontractor to indemnify and defend the City and the Indemnified Parties in the same manner, to the same extent, and for the same duration as Contractor agrees to indemnify and defend the City and the Indemnified Parties in this Section 5. 6. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work, whether or not required to be furnished to the City, shall become the property of the City, shall be delivered to the City at its request, and may be used by the City without restriction. 7. PATENTS, COPYRIGHTS AND RIGHTS IN DATA 7.1 Any patentable result or material suitable for copyright arising out of this Contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. 7.2 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this Contract, whether or not complete (referred to in this subsection as "Subject Data"), is hereby irrevocably transferred and assigned to the City and shall be vested in the City or such other local, state or federal agency, if any, as may be provided by separate contract with the City. The Contractor shall execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers contemplated in Sections 6 and 7. 7.3 All such Subject Data furnished by the Contractor pursuant to this Contract, other than documents exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such case of maps, in the same block) as may be requested by the City. The Contractor shall also place their endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-19 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN 7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are included in each subcontract for the work on the Project. 8. GENERAL PROVISIONS 8.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. In entering into this Contract, neither party has relied upon any statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except for those expressly contained in the Contract Documents. 8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. 8.3 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest in accordance with the Contract Documents. 8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally issue a Change Order at any time making changes within the general scope of the Contract, without invalidating the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or fraud. 8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision, any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the Bid or Contract price of the Work to calculate any additional compensation or money owed to the Contractor shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site; (vi) claims consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or (ix) any other special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors, or suppliers. 8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be responsible for any resulting loss or damage, and repairs, incurred by the City as a result of the manufacturer's or supplier's refusal to honor such guarantee or warranty. This obligation survives termination of this Contract. 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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-20 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN 8.8 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims, action, or dispute. 8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 8.12 Sole Authority/Discretion/Judgment. Where the Contract Documents provide the City or its Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be considered unconditional and absolute. 8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed professional engineer or an engineering company and does not import any additional obligations upon the actions of the Engineer that may govern licensed professional engineers when performing engineering services. The Engineer for this Project is designated as: John Cole, City of Federal Way Capital Engineer 8.16 Notices. Any notices required to be given to Contractor or to the Engineer shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-21 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN CONTRACTOR: Tucci and Sons, Inc. Attn: Michael F. Tucci 4224 Waller Road Tacoma, WA 98443 ENGINEER: City of Federal Way Attn: Project Engineer 33325 8th Ave S Federal Way, WA 98003 8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 8.18 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 8.19 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and void, at the City's option. 9. PERFORMANCE/PAYMENT BOND Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes, liabilities, increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-22 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN DATED the day and year set forth above. CITY OF. FEDERAL WAY: hell' Mayor ' 8th Avenue South I Way, WA 98003-6325 TTES wxjm&�c S ph nie Courtney, CM Ct ' y Clerk APPROVED AS TO FO . � � J J. Ryan Call, City Attorney NOTARY OF CONTRACTOR'S SIGNATURE: STATE OF WASHINGTON ) ) ss. COUNTY OF r �•c. ) CONT TOR: Signature of Authorized Individual Michael F. Tucci President Printed Name of Authorized Individual 4224 Waller Road Street Address Tacoma, WA 98443 City, State, Zip On thj�,Uy personally appeared before me , to me known to be the of that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this 2�-. y of , 2021 (typed/printed name of notary) Notary Public in and for the St to of Washington. My commission expires CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-23 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN SAMPLE CONTRACT CHANGE ORDER PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE PROJECT TITLE SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The time provided for completion in the Contract is CONTRACTOR ❑ Unchanged ❑ Increased by_ Working Day(s) ❑ Decreased by_ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM CITY UNIT PRICE UNIT PRICE ADD OR DELETE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM (,STY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: IINCREASE $ I 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 2021 ASPHALT OVERLAY PROJECT RFB-24 PROJECT #521 / RFB #20-0011 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 2021 ASPHALT OVERLAY PROJECT RFB-25 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN CERTIFICATE OF INSURANCE Contractor's Certificate of Insurance to be inserted here during Contract Execution CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-26 PROJECT #621 / RFB #20-0011 CFW RFB VERSION 2020-JUN Client#: 24451 TUCCSONS ACORDTM CERTIFICATE OF LIABILITY INSURANCE 1 D2118/ IDD/YYYY) /18/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: Debra Winston Propel Insurance PHONE Ed, 800499-0933 Arc No)- 866577-1326 [._�._ Tacoma Commercial Insurance A-p AtL . Debra.Winston@propelinsurance.com 1201 Pacific Ave, Suite 1000 INSURER(S) AFFORDING COVERAGE NAIC q Tacoma, WA 98402 INSURER A • Zurich American Insurance Company 16535 INSURED Tucci & Sons Inc 4224 Waller Road Tacoma, WA 98443 INSURER B : Navigators Insurance Company 42307 INSURER c : AIG Specialty Insurance Company 26883 INSURER D : Charter Oak Fire Insurance Company 26615 INSURER E : f%COTICrf`ATC Mtuucco• REVISION NUMBER: v THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIT RR TYPE OF INSURANCE ;ADD SU D POLICY NUMBER MhOUD Y EFF MM/DD EXP LIMITS A x COMMERCIAL GENERAL LIABILITY GL0399266917 10110112021 01/01/20 EACH OCCURRENCE $1,000000 PREAAiS aoc i�rgnoe $300 000 CLAIMS -MADE a OCCUR MED EXP (Any one person) $10 000 X PD Ded:25,000 i PERSONAL & ADV INJURY $1 000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2 OOO,OOO POLICY X JPkGT LOC OTHER: A AUTOMOBILE LIABILITY BAP399266817 )1/01/2021 01/01/202 cslr GLE L Mrr $1,000,000 BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY (Per accident) $ — OWNED SCHEDULED AUTOS ONLY AUTOS NON -OWNED X AUTOS ONLY ED X AUTOS ONLY I PROPERTi DARTAGE Pe acrJdent) — $ $ B UMBRELLA LIAB X OCCUR LA21EXC7209421V )1/01/2021 01/01/202. EACHOCCURRENCE $5000000 AGGREGATE $5 000 000 EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ GL0399266917 WA Stop Gap ONLY A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE Y / N OFFICERIMEMBER EXCLUDED? (Mandatory In NH) N / A 01/01/2021 01/01/202 ER STATUTE ER OTH- E.L. EACH ACCIDENT $1 000 000 I E.L. DISEASE - EA EMPLOYEE $1 000 000 I E.L DISEASE - POLICY LIMIT $1 OOO OOO If yes, describe under DESCRIPTION OF OPERATIONS below CP01671517 C Pollution Liabili )1/01/2021 01/01/202 $2,000,000 Aggregate $2,000,000 Occurrence D Instl. Floater QT6600686B101COF 31/01/2021 01/01/2022. $200,000 Limit DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE: 2021 Asphalt Overlay Project. Additional Insured Status applies per attached form(s). L: t City of Federal Way 33325 8th Ave S Federal Way, WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reservea. ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S4484949/M4421606 KTR00 Additional Insured —Automatic — Owners, Lessees Or Contractors 0 ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol Eff. Date of End Producer No. AddT Prem Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II — 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 on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" 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 or "your work" as included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, 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: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. 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. U-GL-1175-F CW (04/13) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Waiver Of Subrogation (Blanket) Endorsement 0 ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. I Producer Add'l. Prem Return Prem. GLO399266917 01/01/2021 01/01/2022 Propel Insurance $ $ 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 oth- ers, 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. U-GL-925-B CW (12/01) Page 1 of 1 Coverage Extension Endorsement 0 ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol Eff. Date of End. Producer No I Add'l. Prem Return Prem. 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 Services Office, Inc., with its permission (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same 'loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for 'loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such 'loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such 'loss". U-CA-424-F CW (04-14) Page 3 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. Bond No. 107319963 PERFORMANCE AND PAYMENT BOND 2021 ASPHALT OVERLAY PROJECT The City of Federal Way ("City") has awarded to Tucci and Sons, 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 Companv of America ("Surety"), a corporation organized under the laws of the State of Washington and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Federal Way, in the sum of One Million Four Hundred Ninety -Four Thousand Six Hundred Thirty and 70/100 US Dollars {$1,454,630.70} 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 execut d, original power of attorney for the office executing on behalf of the surety. i Travelers Casugi (apd surpt PRINCi U. ucci and Sons, Inc. SURETY: Company gS 2/23/21 ! 1" /1231 Principal Sign u Date Surdty Signature g : Dako u *= Michael F. Tucci Julie A. Craker z Printed Name Printed Name . • • • . {�ti President Attorney -in -Fact Title Title CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-27 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-/UN LOCAL OFFICEIAGENT OF SURETY: Hentschell & Associates, Inc. (Agent) Name 1436 S. Union Avenue Street Address Tacoma, WA 98405 City, State, Zip (253) 272-1151 Telephone BOND NO.: 107319963 APPROVED AS TO FORM: U� / J. Ryan Call, City Attorney CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-28 PROJECT 9521 / RFB #20-0011 CFW RFB VERSION 2020-JUN �` Travelers Casualty and Surety Company of America ' TRAVELERS Travelers Casualty and Surety Company 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 Julie A. Craker of Tacoma Washington , their true and lawful Atto rney:4 n -Fact to sign, execute, seal and acknowledge any and all bonds. recognizances, conditional 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 3rd day of February, 2017. 6Wro, "i r ayd r � COWL State of Connecticut r� _ By. City of Hartford ss. Robert L. Raney, Se 6r Vice President On this the 3rd day of February, 2017, 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 the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. T My Commission expires the 30th day of June, 2021� �� �p w Marfie C. Tetreault, 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 23rd day of February 2021 ,� f /� 11 Kevin E. Hughes, Assistant Secretary To verKy Urfa a&dbmddfy of this Power ofA Homey, please call as at 1-M-421:3M. Pfem a reffer fo the above -named Affvmey-in-Facet and fhe deiails of Uw bond dv which bbe pow er is afamhed. CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title: 2021 Asphalt Overlay Project RFB No: 20-0011 Contractor: Tucci and Sons. Inc. GENERAL REQUIREMENTS 1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the moneys earned by the contractor will be reserved by the City. 2. All investments selected are subject to City approval. 3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.011, 1 hereby notify the City of Federal Way of my instructions for the retainage withheld under the terms of this contract: 0 Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor. 0 Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. 1A Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account holder execute a separate "City of Federal Way Construction Retainage Escrow Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. All investments are subject to City approval. The cost of the investment program, and risk thereof, is to be borne entirely by the contractor. 0 Option 4: Contractor shall submit a "Retainage Bond" on City -provided form included in these vntract Documents. Michael F, Tucci, President �213 Contractor Signature Date CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY PROJECT RFB-29 PROJECT #521 / RFB #20-0011 CFW RFB VERSION 2020-JUN INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (April 12, 2018 CFW GSP) (***PROJECT -SPECIFIC SPECIAL PROVISION***) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • WSDOT Standard Plans City of Federal Way Public Works Development Standards • National Electric Code, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of the 2021 Asphalt Overlay 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 2021 ASPHALT OVERLAY SP-2 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 All references to the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location." All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract." Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-3 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.06 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works Contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the Contract, Plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Basis of Distribution Sets Reduced Plans (11" x 17") 1 Furnished automatically upon award. Contract Provisions 1 Furnished automatically upon award. Large Plans (e.g., 22" x 34") 1 Furnished only upon request. Additional Plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.4 Examination of Plans Specifications, and Site Work (June 27, 2011 APWA GSP) 1-02.4M 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 2021 ASPHALT OVERLAY SP-4 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (July 11, 2018 APWA GSP, OPTION B) 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. 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) CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-5 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020 08 Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (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. 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-6 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.13 Irregular Proposals (December 19, 2019 APWA GSP) Delete this section and replace it with the following - A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; 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 Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-7 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-g PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 shall also include a requirement that and document a similar procedure subcontractors with whom it contracts as defined by RCW 39.06.020. each of its subcontractors shall have to determine whether the sub -tier are also "responsible" subcontractors 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 Retaina a 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. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 5. Public Biddina Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause 1 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-9 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-10 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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. 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount. the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives andlor alternates as selected by the Contracting Agency will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1 1 Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie -breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Projectper the form submitted with the Bid Proposal. If those percentages are also exactly equal. then the tie -breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a roposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 1-03.3 Execution of Contract CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions including the unsi ned Form of Contract, will be available for signature by the successful bidder on the first business day followin award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 5 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency -furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-12 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1-03.7 Judicial Review (November 30, 2018 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (April 12, 2019 CFW GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Contract, 2. Change Orders, with those of a later date taking precedence of those of an earlier date, 3. Addenda, with those of a later date taking precedence of those of an earlier date, 4. Bid Proposal Form, 5. Special Provisions, 6. Contract Plans, 7. Amendments to the Standard Specifications, 8. Standard Specifications, 9. Contracting Agency's Standard Plans or Details (if any), and CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-13 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 10. 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 CONTROL1-05 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. In the instance where an ADA Feature does not meet accessibility requirements, all work to replace non -conforming work and then to measure, and transmit the electronic Forms to the Engineer shall be completed at no additional cost to the Contracting Agency, as ordered by the Engineer. 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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-14 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in Contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection (October 1, 2005 APWA GSP) Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing 1-05.11 1 Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11 2 Final Inspection and Ph sical 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-15 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of Contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the Contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit Contract prices related to the system being tested, unless specifically set forth otherwise in the Proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05,12 Final Acceptance (April 1 Z 2019 CFW GSP) CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-16 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 Delete the third and fourth sentences in the first paragraph and replace it with the following: Final acceptance date of the work shall be the date the Federal Way City Council accepts the project as complete. Add the following new section. 1-05.12 1 One -Year Guarantee Period (March 8, 2013 APWA GSP) The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, In which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.16 Method of Servinq 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) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power and water as a pay item. 1-05.18 Contractor's Daily Diary CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-17 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.06 (April 12, 2018 CFW GSP) Section 1-05.18 is a new section: The Contractor and subcontractors, as additional consideration for payment for this contract work, hereby agree to maintain and provide to the Owner and the Engineer a Daily Diary Record of this Work. The diary must be kept and maintained by the Contractor's designated project superintendent. Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: • The day and date. u The weather conditions, including changes throughout the day. m A complete description of work accomplished during the day with adequate references to the Plans and Specifications so that the reader can easily and accurately identify said work on the Plans. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contract, Owner, or any third party in any manner. • Listing of any materials received and stored on or off -site by the Contractor for future installation, to include the manner of storage and protection of the same. m Listing of materials installed during each day. List of all subcontractors working on -site during each day. • Listing of the number of Contractor's employees working during each day by category of employment. • Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. e Notations to explain inspections, testing, stake -out, and all other services furnished to the Contractor by the Owner or other during each day. Entries to verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of the Contractor's progress on each day. Summary of total number of working days to date, and total number of delay days to date. The Contractor's designated project superintendent must sign the diary at the end of each working day. The Contractor must provide a copy of the diary to the Owner and the Engineer each morning for the preceding workday. All copies must be legible. It is expressly agreed between the contractor and the owner that the daily diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The daily diary maintained by the Contractor does not constitute the official record of the project. The official record of the project is prepared and maintained exclusively by the engineer. 1-05.19 Defects Arising in One Year and Remedies (February 15, 2019 CFW GSP) CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-18 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 Section 1-05.19 is a new section: The Contractor shall, at its own sole cost and expense, be responsible for correcting all defects in workmanship and material discovered within one year after acceptance of this work by the City of Federal Way. When corrections of defects are made, the Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by the Owner. Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute waiver, modification, or exclusion of any express or implied warranty or any right under law. This warranty shall survive termination of this Contract. The Contractor shall start work to remedy such defects within seven (7) calendar days of mailing notice of discovery thereof by the Owner and shall complete such work within a reasonable time. In emergencies, where damage may result from delay or where loss of services may result, such corrections may be made by the Owner, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. These actions will be pursuant to the provisions of Section 1-05.8 of the Standard Specifications. The Contractor shall be liable for any costs, losses, expenses, or damages, including consequential damages suffered by the Owner resulting from defects in the Contractor's work including, but not limited to, cost of materials and labor extended by Owner in making emergency repairs and cost of engineering, inspection and supervision by the Owner or the Engineer. The Contractor shall hold the Owner harmless from any and all claims which may be made against the Owner as a result of any defective work, and the Contractor shall defend any such claims at his own expense. The Contractor agrees the above one-year limitation shall not exclude or diminish the Owner's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. This warranty may also extend beyond the one year time period pursuant to any other warranties specified in the Special Provisions, Contract Plans, other parts of the Contract Documents, or incorporated by this reference. 1-06 CONTROL OF MATERIAL. 1-06.7 Hazardous Chemicals (April 12, 2019 CFW GSP) Section 1-06.7 is a new section: In order to comply with WAC 296-62-054 Hazard Communication, the Contractor shall submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany the toxic product(s) to the specified delivery sites. Include the following in the MSDS: A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the MSDS. B. If the product is actually used diluted, the dilution rate should be so stated in the MSDS and the hazards and corresponding personal protection, etc., also be listed. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-19 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 C. A statement as to the intended use of the product. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's Plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Section 1-07.1 is supplemented with the following: (April 12, 2019 CFW GSP) Confined Space Confined spaces are known to exist at the following locations: Existing storm drainage, sanitary sewer, and other utility systems, vaults, and structures, along with all new similar new construction items that meet the requirements of WAC 296-809-100. The Contractor shall be fully responsible for the safety and health of all on -site workers and compliant with Washington Administrative Code (WAC 296-809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 5 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-20 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following- 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a Bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit Bid prices or other Contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all Contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this Contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.20) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit Bid item prices, or other Contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2 2 State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-21 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 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. 1-07.4(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 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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-22 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 1-07.6 Permits and Licenses (April 12, 2018 CFW GSP) Section 1-07.6 is supplemented with the following: Survey Monuments In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may be disturbed without a valid permit to remove or destroy a survey monument, issued by the Washington State Department of Natural Resources. Permit applications can be obtained on the DNR Public Land Survey Office website. The permit application must be stamped by a registered Washington State Land Surveyor. The Contractor shall obtain the permit to Remove or Destroy a Survey Monument as necessary. All costs to obtain and comply with the permit shall be considered incidental to other bid items and no additional payment will be made. 1-07.7 Load Limits (March 13, 1995 WSDOT GSP, OPTION 6) Section 1-07.7 is supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.9 Wages 1-07.9(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 2021 ASPHALT OVERLAY SP-23 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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). 1-07.13 Contractor's Res onsibiiit for Work 1-07.13 4 Repair of Dama 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), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1-07.16 Protection and Restoration of Property 1-07.18 2 Vegetation Protection and Restoration (August 2, 2010 WSDOT GSP) Section 1-07.16(2) is supplemented with the following: Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of 1 foot radius for each inch of trunk diameter at breast height. Vegetation and soil protection zones for shrubs shall extend out from the stems at ground level to twice the radius of the shrub. Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass the diameter of the plant as measured from the outer edge of the plant. 1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP, OPTION 1) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-24 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 UTILITY CONTACTS Puget Sound Energy Attn: Jason Airey 3130 S 38'h St Tacoma, WA 98409 Telephone: (206) 348-9637 Century Link Attn: Tanaiya Anderson 23315 66th Ave S Kent, WA 98032 Telephone: (253) 313-8961 Lakehaven Water & Sewer District Comcast Attn: Andrew Weygandt Attn: Aaron Cantrell 31627 1s` Avenue S 4020 Auburn Way North Federal Way, WA 98003 Auburn, WA 98002 Telephone: (253)946-5440 Telephone: (253) 864-4281 King County Traffic Operations Attn: Mark Parrett 155 Monroe Ave NE Renton, WA 98056 Telephone: (206) 296-8153 Zayo Attn: Jason Tesdal 4905 Pacific Hwy E, Suite 4 Fife, WA 98424 Telephone: (253) 221-7585 ADDITIONAL CONTACTS King County METRO Transit 81270 6th Ave S, Bldg 2 Seattle, WA 98134 Telephone: (206) 684-2785 City of Federal Way Police 33325 8th Ave S Federal Way, WA 98003 Telephone: (253) 835-6701 (for officer traffic control scheduling) Telephone: (253) 835-6767 (for traffic / road closure issues) AT&T Attn: Daniel McGeough 11241 Willows Rd NE, #130 Redmond, WA 98052 Telephone: (425) 896-9830 City of FW IT Dept (City Fiber) Attn: Thomas Fichtner 33325 8th Ave S Federal Way, WA 98003 Telephone: (253) 835-2547 South King Fire & Rescue 31617 1 st Ave S Federal Way, WA 98003 Telephone: (253) 946-7253- Federal Way School District Attn: Transportation Department 1211 S. 332nd St Federal Way, WA 98003 Telephone: (253) 945-5960 1-07.18 Public Liability and Property Damarle Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016 APWA GSP) 1-07.18 1 General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-25 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 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. 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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-26 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 • Consultants hired by the Contracting Agency for design, construction support, or materials testing. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18 3 Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1_-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may 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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-27 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020 08 Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18 5 Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self -insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self -insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self -insured retention, said deductibles or self -insured retention shall be the responsibility of the Contractor. 1-07.18[5]A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offense $1,000,000 Stop Gap / Employers' Liability each Accident 1-07.18 5 B Automobile Liabilit 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-28 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 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 ❑ Excess or Umbrella Liabilit (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance. All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1-07.18(5)J Pollution Liability (January 4, 2016 APWA GSP) The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following: 1. Contractor's operations related to this project. 2. Remediation, abatement, repair, maintenance or other work with lead -based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. Such Pollution Liability policy shall provide the following minimum limits: $1,000,000 each loss and annual aggregate 1-07.23 Public Convenience and Safety 1-07.23(1) Construction under Traffic (February 3, 2020 WSDOT GSP, OPTION 2) Section 1-07.23(1) is supplemented with the following: Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-29 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 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 l Distance From ' j Posted Speed Traveled Way 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 eastbound and one westbound lane at the same time on non -excepted days will require prior approval by the Project Engineer. • 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. • If a lane closure is required, at least one lane of traffic (alternating directions / flagger controlled) shall be maintained at all times. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-30 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 Unless otherwise approved or shown on plans, the Contractor shall maintain two-way traffic during construction. The Contractor shall maintain continuous two-way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two-way traffic to allow one-way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A momentary interruption shall be defined as a period of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. • Working at night (8pm to 7am weekdays, 8pm-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 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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-31 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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 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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-32 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Communication with Businesses and Properly Owners (April 12, 2018 CFW GSP) Section 1-07.28 is added: The Contractor will be responsible for communicating all work activities with the property owners / tenants that are located adjacent to the project. The Contractor, along with the City's inspector & project engineer, shall have one formal meeting (door-to-door project walk-through) with the property owners/tenants prior to the start of construction. It will be the Contractor's responsibility to initiate and set up the meeting. Thereafter, the Contractor shall keep the property owners / tenants informed of their general work locations and upcoming activities by distributing a monthly status/schedule memo to the businesses. The memo shall be approved by the City's Project Engineer prior to distribution. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-33 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020 08 Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-(18.00) 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. 1-08.02 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 within the allowable hours below: Schedule A: 7:00 AM to 3:30 PM Monday through Friday Schedule B: 7:00 AM to 3:30 PM Monday through Friday Schedule C: 7:00 AM to 6:00 PM Monday through Friday Schedule D: 7:00 AM to 6:00 PM Monday through Friday Schedule E: 7:00 AM to 6:00 PM 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). CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-34 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon two working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non -working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. (August 14, 2020 CFW GSP) Add the following new section: The Contractor may request extended work hours on days when paving operations are occurring. Work hours may be modified to 7:00 a.m. to 5:30 p.m. on paving days if the Engineer determines that the benefits of extended working hours will minimize the overall impacts to traffic. Extended work hours for paving will require VMS boards to be placed a minimum of 2 business days prior to the paving day. Payment for VMS boards shall be considered incidental to the Contractor's operations, unless there is a specific bid item for VMS boards. 1-08.1 Subcontracting (May 30 2019 APWA GSP OPTION 8 ' Delete the ninth paragraph, beginning with "On all projects, the Contractor shall certify... '. 1-08.3 Progress Schedule Section 1-08.3 is supplemented with the following: Schedule D — Marine View: The Contractor shall not start any work within Schedule D prior to May 1, 2021, unless otherwise approved by the Engineer. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-35 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.06 The Contractor is restricted to have two (2) schedules under construction at a time unless otherwise approved by the engineer. "Under Construction" for the purpose of this Section means any work up to and including the final pavement overlay. Adequate equipment and forces based on the construction schedule shall be made available by the Contractor to start work immediately upon order of the Engineer and to carry out the schedule to completion of the contract by the date specified. Sidewalk and curb ramps shall be completed within 10 working days of removal. No more than one (1) quadrant may be under construction at a time. Should it become evident at any time during construction that operations will or may fall behind the schedule, the Contractor shall, upon request, promptly submit a revised schedule in the same form as specified herein, setting out operations, methods, and equipment, added labor forces or working shifts, night work, etc., by which time lost will be made up, and confer with the Engineer until an approved modification of the original schedule has been secured. Further, if at any time any portion of the accepted schedule is found to conflict with the contract provisions, it shall, upon request, be revised by the Contractor and the work shall be performed in compliance with the contract provisions. Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided by the Contractor may be withheld. Execution of the work according to the accepted schedule of construction, or approved modifications thereof, is hereby made an obligation of the contract. 1-08.3 2 A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-36 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion_ (November 30, 2018 APWA GSP, OPTION A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working daV 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-37 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24 (March 13, 1995 WSDOT GSP, OPTION 7) Section 1-08.5 is supplemented with the following: This project shall be physically complete within 100 working days. 1-08.6 Suspension of Work (January 2, 2018 WSDOT GSP, OPTION 2) Section 1-08.6 is supplemented with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 21 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for the critical materials. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicates the materials procurement are critical activities, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 21 calendar days, then contract time shall be suspended upon physical completion of all critical work except that work dependent upon the listed critical materials: Charging of contract time will resume upon delivery of the critical materials to the Contractor or 120 calendar days after execution by the Contracting Agency, whichever occurs first. 1-08.9 Liquidated Damages (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: i. To pay liquidated damages in the amount of $1,300.00 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-38 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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 WSDOT form 422-027, Scaleman's Daily Report, unless the printed ticket contains the same information that is on the Scaleman's_ Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks — At the Engineer's discretion the Engineer may erform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.7 Mobilization (April 12, 2018 CFW GSP) Supplement Section 1-09.7 with the following: Obtaining a site for the Contractor's mobilization, field office(s), storage of materials, access and personnel parking spaces, and other general operations shall be the responsibility of the Contractor. The Contactor will be responsible for maintaining these spaces in a safe and orderly condition throughout the duration of the project. The CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-39 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 Contractor shall provide the City with a copy of agreement(s) with property owner. All costs associated with securing sites shall be included in the other bid items on the project and no other compensation will be made. 1-09.9 Payments (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. 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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-40 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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. 1-09.11 Disputes and Claims (September 3, 2019 WSDOT GSP) Sections 1-09.11 through 1-09.11(1)B are replaced with the following: Disputes and Claims When protests occur during a Contract, the Contractor shall pursue resolution through the Engineer in accordance with Section 1-04.5. Unless noted otherwise in the specifications, compliance with all the requirements of Section 1-04.5 is a condition precedent to initiating any action pursuant to these Special Provisions. If the negotiations using the procedures outlined in Section 1-04.5 fail to provide satisfactory resolution of the protest, then the Contractor shall provide the Engineer with written notification of dispute stating that the Contractor will continue to pursue the dispute in accordance with the provisions of these Special Provisions. The written notification of dispute shall be provided within 14 calendar days after receipt of the Engineer's written determination that the Contractor's protest is invalid pursuant to Section 1-04.5. Should the Contractor not provide written notification of dispute within the designated time period, the Contractor shall be deemed to have waived any right to pursue the protest further and the matter shall be considered resolved. When the Proposal Form includes the Bid item "Disputes Review Board", unresolved protests shall be subject to the Disputes Review Board subsection of this Special Provision. Either party, Engineer or Contractor, may refer a matter in dispute to the Disputes Review Board. Compliance with the requirements of the Disputes Review Board subsection of this Special Provision is a condition precedent to any further right of the Contractor to pursue the dispute either by certified claim or litigation/arbitration. When the Proposal Form does not include the Bid item "Disputes Review Board", the Contractor's written notification of dispute shall indicate whether the Contractor is requesting to resolve the dispute through the use of a Disputes Review Board as outlined in the Disputes Review Board section of this Special Provision, or will submit a formal certified claim directly to the Engineer pursuant to Section 1-09.11(2). If the Contractor requests a Disputes Review Board, the Engineer will notify the Contractor in writing within 7 calendar days of receipt of the request whether the request is acceptable. If both parties to the dispute agree to use a Disputes Review Board, then a pay item "Disputes Review Board" will be added to the Contract by change order and the dispute will be subject to the provisions of the Disputes Review Board subsection of this Special Provision. If the parties do not agree to establish a Disputes Review Board CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-41 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 or the Contractor does not request a Disputes Review Board in its written notification of dispute, the Contractor shall comply with the provisions of Section 1-09.11(2). Regardless of any protest or dispute, the Contractor shall proceed promptly with the Work as the Engineer orders. Disputes Review Board The procedures set forth in these Special Provisions shall only apply when the Contract includes the pay item "Disputes Review Board". Disputes Review Board — General In order to assist in the resolution of dispute(s) between the Contracting Agency and the Contractor arising out of the work of this Contract, a Disputes Review Board, hereinafter called the "Board", will consider disputes referred to it and furnish written recommendations to the Contracting Agency and Contractor to assist in resolution of the dispute(s). The purpose of the Board response to such issues is to provide nonbinding findings and recommendations designed to expose the disputing parties to an independent view of the dispute. Disputes Eligible for Consideration by the Disputes Review Board The Board shall consider and provide written recommendations concerning the following disputes: Interpretation of the Contract. 2. Entitlement to additional compensation and/or time for completion. 3. Other subjects mutually agreed by the Contracting Agency and Contractor to be a Board issue. Board Member Qualifications The following definitions apply for the purpose of setting forth experience and disclosure requirements for Board members. Financial ties - any ownership interest, loans, receivables or payables. Party directly involved - The Contracting Agency or Contractor of this Contract. Party indirectly involved - The firms associated with the Contractor on this Contract, including joint venture partners, subcontractors of any tier, and suppliers; and firms associated with the Contractor or the Contracting Agency on this Contract, such as designers, architects, engineers, or other professional service firms or consultants. The Board members shall: CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-42 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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: 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-43 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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 Transportation "Statewide Prequalified DRB Candidate Roster" will not be required to submit resumes. 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. Disclosure statement addressing the following. a. Previous or current direct employment by one of the parties directly or indirectly involved. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-44 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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. Any prior involvement in this project. Within 14 calendar days of receiving the resumes and disclosure statements from the Board nominees, the Contracting Agency and the Contractor shall review and jointly agree on the final selection of the three members to serve on the Board. In the event that any of the three nominees are not acceptable to either party, the process shall be repeated until all positions are filled. The Contracting Agency, the Contractor, and the Board shall execute the Three -Party Agreement not later than the first Board meeting. The Three - Party Agreement form (WSDOT Form 134-091) is available online at WSDOT Electronic Forms webpage. The Board shall determine and notify the parties which Board member will act as the Board chair. Disputes Review Board Candidates The qualifications of some potential Board members have been reviewed and deemed potentially acceptable by the Washington State Department of Transportation (WSDOT). This list of potential Board members, Statewide Prequalified DRB Candidate Roster, is available from the WSDOT Headquarters Construction Office website at https://www.wsdot.wa.gov/business/construction/dispute-review- boards. Either party may propose a Board nominee that is not on the WSDOT list. In either case, Board nominees must comply with the requirements of the Board Member Qualifications, Board Member Ongoing Responsibilities, and Establishment of the Board subsection of this Special Provision, and every Board member must be deemed acceptable by both the Contracting Agency and the Contractor. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-45 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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 Contracting Agency and the Contractor. The agenda for each meeting will be managed by the Board. Standard Procedure for Consideration of Disputes Dispute Referral Disputes shall be referred in writing to the Board chair with a copy concurrently provided to the other Board members and the other party. The dispute referral shall concisely define the nature and specifics of the dispute that is proposed to be considered by the Board and the scope of the recommendation requested. This referral is not expected to contain a mutually agreed upon statement of the dispute. 2. The Board chair shall confer with the parties to establish a briefing schedule for delivering prehearing submittals/rebuttals, and a date, time, and location for convening the Board for a hearing. Pre -Hearing Submittal 1. The Contracting Agency and the Contractor shall each prepare a pre -hearing submittal and transmit both a hard copy and an electronic copy of it to all three members of the CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-46 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 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 parry's position paper shall contain both statements, and identify the party authoring each statement. b. The basis and justification for the party's position, with reference to Contract language and other supporting documents for each element of the dispute. In order to minimize duplication and repetitiveness, the parties may identify a common set of documents that will be referred to by both parties, and submit them in a separate package. 3. If requested by the Board or either party, the Contracting Agency and the Contractor shall each prepare and submit a rebuttal paper in response the position paper of the other party. 4. The number of copies, distribution requirements, and time for submittal will be established by the Board and communicated to the parties by the Board chair. Disputes Review Board Hearing 1. The Contracting Agency will arrange for or provide hearing facilities at or near the project site. 2. Attendance: a. The Contracting Agency and the Contractor will have a representative at all hearings. b. The Contracting Agency and Contractor shall both limit attendance at the hearing to personnel directly involved in the dispute and participants in the good - faith negotiations that were conducted prior to submittal to the Board except as noted elsewhere in this section. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-47 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 c. At least 14 calendar days before the hearing, each party shall provide a list of proposed attendees to the Board and to the other party. In the event of any disagreement, the Board shall make the final determination as to who attends the hearing. d. Attorneys shall not attend hearings except as follows: Attorneys are identified as such on the list of proposed attendees; ii. All parties desiring their attorney present are able to do so. iii. Attorneys shall not participate in the hearing, unless the scope and extent of Attorney participation is mutually agreed to by the Contracting Agency, Contractor and the Board at least 7 calendar days before the hearing. e. For hearings regarding disputes involving a Subcontractor, the Contractor shall require and ensure that each Subcontractor involved in the dispute have present an authorized representative with actual knowledge of the facts underlying the Subcontractor disputes. 3. A party furnishing written evidence or documentation of any kind to the Board must furnish copies of such information to the other party and the Board a minimum of 21 calendar days prior to the date the Board sets to convene the hearing for the dispute, unless otherwise mutually agreed to by the parties and the Board. Either party shall produce such additional evidence as the Board may deem necessary and furnish copies to the other party prior to submittal to the Board. 4. The conduct of the hearing shall be established by the Board and be generally consistent with the following guidelines: a. The party who referred the dispute to the Board shall present first, followed by the other party. b. To assure each party a full and adequate opportunity to present their position, both parties shall be allowed successive rebuttals and to rebut the opposing party's position until, in the Board's opinion, all aspects of the dispute have been fully and fairly covered. c. The Board shall be fully prepared to, and may at any time, ask questions, request clarifications, or ask for additional data, documents, and/or job records. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-48 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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. The Board, in its discretion, may allow introduction of arguments, exhibits, handouts, or documentary evidence that were not included in that party's prehearing position paper or rebuttal and have not been previously submitted to the other party. In such cases the other party will be granted time to review and prepare a rebuttal to the new material, which may require a continuation of the hearing. 5. After the hearing is concluded, the Board shall meet in private and reach a conclusion supported by two or more members. Its findings and recommendations, together with its reasons shall then be submitted as a written report to both parties. The recommendations shall be based on the pertinent Contract provisions, facts, and circumstances involved in the dispute. The Contract shall be interpreted and construed in accordance with the laws of the State of Washington. Failure to Prepare a Pre -Hearing Submittal or Attend a Hearing In the event that either party fails to deliver a pre -hearing submittal by the date established by the Board, the Board shall, at its discretion, determine whether the hearing shall proceed as originally scheduled, or allow additional time for the submittal and/or reschedule the hearing. On the final date and time established for the hearing, the Board shall proceed with the hearing utilizing the information that has been submitted. In the event that representatives of either the Contracting Agency or the Contractor fail to appear at the appointed time of a hearing, the Board shall postpone the hearing until such time as representatives from both parties are available to proceed with the hearing. Use of Outside Experts 1. By the Contracting Agency or the Contractor: a. A party intending to offer an outside expert's analysis at the hearing shall notify the other party and the CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-49 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 Board in writing no less than 30 calendar days prior to the due date for delivering the pre -hearing submittal, and provide the following disclosure: The expert's name and a general statement of the area of the dispute that will be covered by his or her testimony. A statement prepared by the proposed expert which addresses the requirements of the Establishment of the Board subsection of this Special Provision, item 2. iii. A statement prepared by the proposed expert which identifies the experience and training which qualifies them as an expert. b. Upon receipt of the disclosure, the other party shall have the opportunity to secure the services of an outside expert to address or respond to those issues that may be raised by the other party's outside expert. The notification and disclosure requirement shall be the same as that specified elsewhere in this section, except the time requirement is 21 calendar days. 2. By the Board. a. When requested by the Board and subject to approval of the parties, outside experts may be needed to assist the Board. In such cases, the outside expert shall in no way be deemed authorized to usurp the Board's authority to issue the Board recommendations. Such authority shall remain vested solely in the Board. b. Prior to arranging for outside experts, the Board shall obtain prior approval from the Contracting Agency and the Contractor by providing: A statement explaining why the expert assistance is needed. 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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-50 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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. Either party may request clarification of a report within 14 calendar days following receipt of the report. Within a reasonable period of time, the Board shall provide written clarification to both parties. Requests for clarification shall be submitted in writing simultaneously to the Board and the other party. Either party may request reconsideration of a report, provided: The request is made within 14 calendar days following receipt of the report, and 2. New information is obtained or developed that was not known at the time of the hearing or, in the party's opinion, the Board misunderstood or failed to consider pertinent facts of the dispute. Requests for reconsideration shall be submitted in writing simultaneously to the Board and the other party. The Board shall give the party not requesting reconsideration 'the option of submitting a rebuttal to any information that is the basis of the request for reconsideration. The Board shall provide a written response to the request for reconsideration. Acceptance of Disputes Review Board Recommendations Within 30 calendar days of receiving the Board's report, or within 14 calendar days of receiving the Board's written clarification and/or reconsideration, both the Contracting Agency and the Contractor shall respond to the other in writing signifying that the dispute is either resolved or remains unresolved. Although both CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-51 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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 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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-52 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020 08 1-09.11(3) Time Limitation and Jurisdiction_ (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claim Resolution 1-09.13 3 Claims 250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09A 3 A Administration of Arbitration (November 30, 2018 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the _Contracting Agency's headquarters is located, provided that where claims subject to arbitration are asserted against a county. RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-10.1 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 2021 ASPHALT OVERLAY SP-53 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 Business Open During Construction Signs The Contractor shall provide a "Business Open During Construction" sign at every non-residential driveway approach within the project limits. Business Open During Construction Signs shall be considered Construction Signs Class A. City of Federal Way Project Signs City of Federal Way Project signs shall be considered Construction Signs Class A. The Contractor shall provide two (2) project signs (4' x 8') per the detail available from the City. 1-10.2 Traffic Control Manage_m_ent 1-10.20) General (January 3, 2017 WSDOT GSP, OPTION 1) Section 1-10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.2(2) Traffic Control Plans (April 12, 2018 CFW GSP) Section 1-10.2(2) is supplemented with the following: The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. If the Contractor opts to utilize traffic control plans other than those provided in these Contract Documents, the Contractor shall provide traffic control plans to the City of Federal Way for review and approval a minimum of five (5) working days prior to implementation. These plans shall supplement Construction Staging Plans. The plans as provided by the Contractor shall include and not be limited to the following information: o Stop line locations with station and offset to verify safety of intersection turning radius for vehicles. • Minimum lane widths provided for vehicular travel. m Turn pocket length, gap, and tapers in conformance with the City of Federal Way Standard Detail DWG 3-19A. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-54 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020 08 2. Detours will not be allowed except as noted herein or Section 1-07.23(2) as amended. 3. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and/or reflective tubular markers as required at the direction of the Engineer. 4. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, and shall contain accurate dimensions and legends and shall be signed by the preparer. 1-10.20) 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/guidlines-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: 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. 3. Small and lightweight channelizing and delineating devices, including cones, tubular markers, flexible delineator posts, and plastic drums, shall meet the CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-55 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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-Dutv 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, excavation in the intersection. The Contractor shall minimize traffic impacts at intersections whenever possible. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-56 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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 1-10.4 11 Lump Sum Bid for Project (No Unit Items (August 2, 2004 WSDOT GSP, OPTION 1) Section 1-10.4(1) is supplemented with the following: The proposal contains the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10.4(1) shall apply. "Construction Signs Class A", lump sum. 1-10.4(21_Contractor Provided Uniformed Police Officer (June 12, 2020 CFW GSP) Section 1-10.4(2) is supplemented with the following: "Contractor Provided Uniformed Police Officer" will be measured by force account. (June 12, 2020 CFW GSP) Section 1-10.4(2)3 is supplemented with the following: 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 Payment 1-10.5 2 Item Bids with Lump Sum for Incidentals Section 1-10.5(2) is supplemented with the following: (June 12, 2020 WSDOT GSP, OPTION 5) "Contractor Provided Uniformed Police Officer", by Force Account. The City shall reimburse the Contractor for the use of off -duty uniformed police officers at the invoiced costs, with no mark-up, per Standard Specification 1-09.6 Force Account and per Special Provision 1-10.3. "Construction Signs Class A", lump sum. END OF DIVISION 1 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-57 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 DIVISION 2 EARTHWORK 2-01.3 4 Roadside Cleanu (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. 2-02.1 Descri tion (September 30, 1996 WSDOT GSP, OPTION 4) Section 2-02.1 is supplemented with the following: The Contractor is advised that asbestos may be present on this project. 2-02.3 Construction Requirements 2-02.3 3 Removal of Pavement Sidewalks Curbs and Gutters (April 12, 2018 CFW GSP) Section 2-02.3(3) is supplemented with the following: Prior to removal of pavement, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Removal of pavement, curbs, gutters, and sidewalks within the entire project limits shall be CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-58 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 measured and paid as "Roadway Excavation incl. Haul" in accordance with Section 2-03. Removal of tree roots to a depth of 6" shall be incidental to "Removal of Cement Conc. Sidewalk". 2-02.3(5) Adiust Existing Utility to Grade__ (April 12, 2018 CFW GSP) 2-02.3(5) is a new section: As shown in the Plans, existing utilities such as monuments, manholes, catch basin frames and grates, water valves, and meter boxes shall be adjusted to finished grade. The Contractor shall, prior to the beginning of any work, familiarize himself with the existing utility locations. The Contractor shall adjust City -owned utilities. Final adjustment shall be smooth and flush with finished grade. The Contractor shall mark the location of all utilities prior to paving the new surface. Unless otherwise provided for in the Special Provisions and Proposal, costs for adjusting utilities to grade, including coordinating the work with other utilities, shall be incidental to the various items of work and no additional compensation will be allowed. Existing facilities shall be adjusted to the finished grade as shown in the Drawings and as further specified herein. Existing box, ring, grate, and cover shall be reset in a careful and workmanlike manner to conform to the new grade. Special care shall be exercised in all operations. Any damage occurring to the manholes, concrete inlets, monument cases, valve boxes, or water mains, due to the Contractor's operations, shall be repaired at the Contractor's own expense. Adjustments shall be made using bricks, concrete blocks, or cement, and the interior of the manhole adjustment shall be mortared smoothly. All covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for referencing and keeping a record of such references of all manholes, catch basins, monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of these references to the Engineer. The manholes, catch basins, monument cases, meter boxes, and valve boxes shall be adjusted to grade in accordance with Section 1-05.3(1). Final restoration of finished grade surfaces shall be performed in the following manner: 1. Within a Gravel Surface: Provide a 6-inch-deep and 6-inch-wide concrete collar installed and restored with 3 inches of crushed surfacing top course. 2. Within a Grass Surface: Provide crushed surfacing top course backfill and 3 inches of Topsoil Type A, and seed. 3. Within an Asphalt Cement Concrete Paved Surface: See City standard detail for Utility Adjustment. 2-02.3(6) Existing Utilities to Remain (April 12, 2018 CFW GSP) 2-02.3(6) is a new section: Utilities indicated in the Plans to remain shall be protected and supported in place in such a manner that they remain functional and undamaged. Utilities indicated to remain CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-59 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 that are damaged as a result of Contractor's activity shall be repaired or replaced to the satisfaction of the Contracting Agency at no additional cost. 2-02.4 Vacant (April 12, 2018 CFW GSP) Section 2-02.4 Vacant shall be deleted and replaced with the following: 2-02.4 Measurement "Sawcutting" will be measured by the linear foot for pavement removal. Removal of asphalt concrete pavement and base associated with the Removal of Cement Conc. Curb and Gutters, will not be measured, but will be considered as part of "Removal Cement Conc. Curb and Gutter" and "Cement Conc. Curb Ramp". Removal of Cement Conc. Sidewalks, Approaches, Curb Ramps will be considered part of "Removal of Cement Conc. Sidewalk" and will be per square yard. "Removal of Extruded Cement Conc. Curb", "Mountable Curb" and "Cement Conc. Curb and Gutter" will be per linear foot. 2-02.5 Payment (April 12, 2018 CFW GSP) Section 2-02.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Sawcutting", per linear foot. The contract bid price shall be for a full -depth sawcut. Sawcutting necessary for utility, stormwater and curb ramp installation are incidental to the measurement and payment of those contract items. "Removal of Cement Conc. Curb & Gutter", per linear foot. "Removal of Extruded Cement Conc. Curb" per linear foot. "Removal of Mountable Curb", per linear foot. "Removal of Cement Conc. Sidewalk" per square yard. 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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-60 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 Alternatively, the Contractor may elect grinding for pavement removal, where appropriate. The removed pavement shall become the property of the Contractor and shall be removed from the project. Damage caused to portions of the pavement to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will be made. 2-03.3 Construction Requirements Section 2-03.3 10 Selected Material (April 12, 2018 CFW GSP) Section 2-03.3(10) is supplemented with the following: Selected Material when specified or required by the Engineer for use on the project shall meet the requirements of specified in Section 9-03.14(3) for Common Borrow. Section 2-03.3t14)G Backfilling (April 12, 2018 CFW GSP) Section 2-03.3(14)G is supplemented with the following: Remove all water and non -compatible materials from excavations prior to backfilling or attempting to compact embankment soil. Place native soils or provide import Gravel Borrow as required to complete the work. Backfill all embankments in accordance with 2-03.3(14)C, Compacting Earth Embankments, Method C. Section 2-43.3 14 N Wet Weather Earthwork (April 12, 2018 CFW GSP) Section 2-03.3(14)N is a new section: Earthwork completed in wet weather or under wet conditions shall be accomplished in small sections to minimize exposure to wet weather. Each section shall be sufficiently small so that the removal of soil and placement of backfill can be accomplished on the same day. No soil shall be left un- compacted and exposed to water. Soil that is too wet for compaction shall be removed and replaced with Gravel Borrow material. Grading and earthwork should not be accomplished during periods of heavy continuous rainfall. 2-03.4 Measurement (April 12, 2018 CFW GSP) Section 2-03.4 is supplemented with the following: If the Contractor excavates outside the neat -line limits designated for "Roadway Excavation, Incl. Haul" or performs extra excavation, it shall be considered for the Contractor's benefit and shall be included in the cost of other Bid Items. 2-03.5 Payment (April 12, 2018 CFW GSP) Section 2-03.5 is supplemented with the following: CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-61 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Roadway Excavation Incl. Haul", per cubic yard. (March 13, 1995 WSDOT GSP, OPTION 2) Section 2-03.5 is supplemented with the following: All costs in connection with the preparation of waste sites and waste deposits shall be included in the Mobilization. 2-09 STRUCTURE EXCAVATION 2-09.3 Construction Requirements 2-09.3 1 General Requirement (March 17, 2020 CFW GSP) Section 2-09.3(1) is supplemented with the following: All shoring, including sheeting and bracing, or equivalent trench stabilization and worker protection system required to perform and protect the excavation, and to safeguard the personnel who may enter the excavation, shall be furnished by the Contractor. If workers enter any trench or other excavation four feet (4') or more in depth that does not meet the open pit requirements as generally set forth in Section 2-09.3(3)B, it shall be shored. The Contractor alone shall be responsible for worker safety, and the Contracting Agency assumes no responsibility therefore. Upon completing the Work, the Contractor shall remove all shoring, unless otherwise shown on the Plans or directed by the Engineer. The Contractor is advised that the Contracting Agency has not so delegated, and the Engineer does not purport to be, a trench excavation system safety expert, is not so engaged in that capacity under this Contract, and has neither the authority nor the responsibility to enforce construction safety laws, rules, regulations, or procedures, or to order the suspension of work for claimed violations of trench excavation safety. The furnishing by the Contracting Agency of resident project representation and inspection shall not make the Contracting Agency responsible for the enforcement of such laws, rules, regulations, or procedures, nor shall such make the Contracting Agency responsible for construction means, methods, techniques, sequences, procedures, or for the Contractor's failure to properly perform the Work necessary for proper trench excavation. 2-09.3 1 D Disposal of Excavated Material (March 17, 2020 CFW GSP) Replace the third paragraph with the following. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-62 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 If the Contract includes Structure Excavation, Class A or B, including haul; Shoring or Extra Excavation, Class A or B; or Trench Safety System, the unit contract price shall include all costs for loading and hauling excavated materials to a permitted disposal site, or to and from a temporary stockpile. Any such stockpiled materials, either suitable or designated for incorporation into the project, shall be handled in accordance with Section 2-09.3(1)E. 2-09.3(1)E Backfilling (April 12, 2018 CFW GSP) The first paragraph of Section 2-09.3(1) is replaced with the following: The backfilling of openings dug for Structures or for Removal of Structures and Obstructions shall be a necessary part of and incidental to the excavation. Backfill material shall be Gravel Borrow unless the use of native or other material is approved by the engineer. 2-09.4 Measurement (March 17, 2020 CFW GSP) Section 2-09.4 is supplemented with the following: No unit of measurement shall apply to the lump sum price for "Trench Safety System". 2-09.5 Payment (March 17, 2020 CFW GSP) Replace the fifteenth paragraph with the following: "Trench Safety System", lump sum. If there is no bid item for Shoring or Extra Excavation, Class B on a square foot basis and the nature of the excavation is such that shoring is required then the lump sum contract price for "Trench Safety System" shall be full payment for: 1) All temporary shoring or equivalent trench stabilization including all design and engineering fees. 2) Furnishing, constructing, and removing all temporary shoring or equivalent trench safety systems. END OF DIVISION 2 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-63 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 3-01 PEKQDUCTION FROM QUABBY AND PIT SITES 3-01.4 Contractor Furnished Material Sources 3-01.40) Acquisition and Development (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 2021 ASPHALT OVERLAY SP-64 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020,08 DIVISION 4 BASES 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) Placing and Spreading (April 12, 2018 CFW GSP) Item 2 of Section 4-04(4), is replaced with the following: 2. Road Mix Method - The road mix method of mixing surfacing material will not be allowed. 4-04.5 Payment (April 12, 2018 CFW GSP) Section 4-04.5 is supplemented with the following: The unit contract price for Ballast and Crushed Surfacing shall also include compacting, and removing and hauling to waste when required by the Engineer. END OF DIVISION 4 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-65 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HGT 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 2021 ASPHALT OVERLAY SP-66 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2 1 How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.2(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. Mix designs for HMA accepted by Nonstatistical evaluation shall; CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-67 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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. 5-04.2013 Usinq 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 5-04.30) 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 Compacted Thickness (Feet) Less than 0.10 0.10 to .20 CITY OF FEDERAL WAY Wearing Course 55-F 45-F SP-68 CFW SPECIAL PROVISIONS VER. 2020.08 Other Courses 45-F 35-F 2021 ASPHALT OVERLAY PROJECT #521 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) Egui[?ment 5-04.3(3)A Mixinq Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment — An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial -scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-69 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, 'precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power -propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-70 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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. Ajoint 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 DeviceNehicle (MTDN) shall only be used with the Engineer's approval, unless other -wise required by the contract. Where an MTDN is required by the contract, the Engineer may approve paving without an MTDN, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTDN 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. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow_ CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-71 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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. 5-04.3I4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on -an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-72 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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 Sealina 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'/4 inch to 1 inch in width -fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-73 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3 4 A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: A. Cracks % inch to 1 inch in width - fill with hot poured sealant. B. Cracks greater than 1 inch in width — fill with sand slurry. 5-04.3(41B Vacant 5-04.301C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor -provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-74 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti - stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 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. 5-04.17) Spreadinq and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1" 0.35 feet HMA Class %" and HMA Class'/z" wearing course 0.30 feet other courses 0.35 feet HMA Class %" 0.15 feet CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-75 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances — The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2 2 D2 Property Non -Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Non -Statistical Commercial Passing Evaluation Evaluation _ and 3/8" +/- 6% +/- 8% CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-76 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020 08 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" 1/4' '/z" 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 5-04.301E Vacant 5-04.3(9)C Mixture Acceptance— Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation — Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.319)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-77 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020 08 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 3 C3 Mixture Nonstatistical Evaluation — Accep tance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3 9 C4 Mixture Nonstatistical Evaluation — Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent All aggregate passing: 1 %", 1 ", W, YZ', W and No.4 sieves All aggregate passing No. 8 sieve All aggregate passing No. 200 sieve Asphalt binder Air Voids (Va) (where applicable) Factor .6fI 40 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the toler-ance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appro-priate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-78 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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(9105 Vacant 5-04.3 9 C6 Mixture Nonstatistical Evaluation — Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3 9 C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance — Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents failing within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.300) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-79 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-80 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020 08 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. 5-04.300)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. 5-04.3001B HMA Compaction — Cyclic ❑ensity Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.300]C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction — Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-81 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3 10 D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)133 HMA Nonstatistical Compaction — Price Adjustments. For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture -density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non -Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.301) Reiect Work 5-04.3(11 )A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-82 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 5-04.301)B Resection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.301)C Resection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.301)D Resection -A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(111E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3 11 IF Resection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-83 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 5-04.301 ]G Refection - An Entire Lot (Mixture or Compaction An entire lot with a CPF of less than 0.75 will be rejected. 5-04.312) Joints 5-04.3[12)A HMA Joints 5-04.3 12 Al 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 201-1:1 V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than '/2 of the compacted lift thickness and then taper down on a slope not steeper than 4HAV. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(121B Bridue Pavinq Joint Seals 5-04.3 12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-84 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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 Sea] Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.3 13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than % 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. 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 Planin Millie Bituminous Pavement The planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-85 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the sur-face by the Contractor's planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as deter -mined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3041A Pre -Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can iden-tify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre -planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-86 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 5-04.3 14 B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. C. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post -paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3[14IB2 Submittals -- Planing Tian and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre -planing briefing and pre -paving briefing. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-87 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where peace officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day's traffic control as it relates to the specific requirements of that day's planing and paving. Briefly describe the se-quencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre -Paving and Pre -Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day's operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP_88 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other con -tractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving — additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equip-ment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day's operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3 15 Sealing Pavement Surfaces Apply a fog seal where shown in the plans Section 5-02.3. Unless otherwise approved opening to traffic. Construct the fog seal in accordance with by the Engineer, apply the fog seal prior to 5-04.3 16 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. 5-04.3 171 Temporary Asphalt Pavement (April 12, 2018 CFW GSP) Section 5-04.3(17) is a new section: CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-89 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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. _ PG _, HMA for _ Cl. _ PG _, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component ofthe 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. Pavement repair excavation will be measured by the cubic yard of surface marked prior to excavation. 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. (April 12, 2018 CFW GSP) Section 5-04.4 is supplemented with the following: Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material actually placed, with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Hot Mix Asphalt Temporary Pavement shall be paid under the "Temporary Pavement" bid CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-90 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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 CI. _ PG _", per ton. "HMA for Preleveling Cl. _ PG _", per ton. "HMA for Pavement Repair CI. _ PG _", per ton. The unit Contract price per ton for "HMA Cl. _ PG, "HMA for Preleveling CI. _ PG _", and "HMA for Pavement Repair CI. _ PG _" shall be full compensation for all costs, including anti -stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. "Crack Sealing", by force account. "Crack Sealing" will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. "Pavement Repair Excavation Incl. Haul", per cubic yard. The unit Contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall be full payment for all costs incurred to perform the Work described in Section 5- 04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for "HMA for Pavement Repair CI. PG _", per ton. "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). "Job Mix Compliance Price Adjustment", by calculation. "Job Mix Compliance Price Adjustment" will be calculated and paid for as described in Section 5-04.3(9)C6. "Roadway Core", per each. The Contractor's costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-91 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 "Cyclic Density Price Adjustment", by calculation. "Cyclic Density Price Adjustment" will be calculated and paid for as described in Section 5-04.3(10)B. (April 1 Z 2018 CFW GSP) Section 5-04.5 is supplemented with the following: "Temporary Pavement", per ton. END OF DIVISION 5 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-92 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-05.3 Construction Requirements (Apra 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. Mebac1 manufactured by IKG Industries. 2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 3. Saftrax TH604 Non -Skid manufactured by Thermion. Where the exposed portion of the frame is 1/2 inch wide or less the slip -resistant treatment may be omitted on that portion of the frame. The slip -resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; "S3" for SlipNOT Grade 3- coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 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 2021 ASPHALT OVERLAY SP-93 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020 08 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 Admusting 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 2021 ASPHALT OVERLAY SP-94 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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 7 Re --grout Catch Basin (April 12, 2018 CFW GSP) Section 7-05.3(7) is supplemented with the following: Existing Catch Basins interior walls and joints shall be grouted and watertight as directed by the Engineer. The joints shall be grouted using a 3/ inch layer of non - shrink mortar. Plastered smooth inside the frame and pipe joints. Mortar shall conform to the requirements of Section 9-20.4(3). 7-05.4 Measurement Section 7-05.4 is supplemented with the following: "Adjust Water Valve to Grade" will be measured per each. "Adjust Sanitary Sewer Manhole to Grade" will be measured per each "Replace Existing Frame, Grate and Riser", will be measured per each. "Adjust Catch Basin" will be measured per each 7-05.5 Pay (June 12, 2020 CFW GSP) Section 7-05.5 is supplemented with the following: "Adjust Water Valve to Grade", per each. "Adjust Sanitary Sewer Manhole to Grade" per each "Repair or Re -align Manhole" per each. "Replace Existing Frame, Grate and Riser", per each. "Adjust Catch Basin", per each The unit contract price for catch basins and/or manholes shall be full pay for furnishing all labor, tools, equipment, and materials necessary to complete each unit according to the Plans and Specifications. This includes all sawcutting, pavement removal and disposal, excavation, dewatering (if required), temporary flow bypass, connections to existing and new pipe, foundation material, bedding, imported or native backfill, compaction, surface restoration, testing, cleaning, and furnishing and placing of all accessories and conversion risers, temporary patching hot mix to allow for the passage of traffic, and other items as applicable. Frames and grates or rings and covers, grade rings and adjustment risers including conversion risers shall be considered incidental to this bid item and will not be measured for separate payment. 50% of payment will be made once the catch basin or manhole is installed and the pipe inlets and outlets are grouted. The remaining 50% will be paid once risers/rings are grouted to the satisfaction of the City and frame/grate is installed. 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-95 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 includes all labor, tools, equipment, and materials necessary to adjust drainage structures to finished grade, sawcutting, temporary patching hot mix to allow for the passage of traffic, restoration of the area around the adjusted structure, and providing new rings and covers or frames and grates. Grade rings and adjustment risers (concrete or high -impact) shall be considered incidental to this bid item and will not be measured for separate payment. 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. The unit contract price for "Replace Existing Frame, Grate and Riser" applies to replacing existing storm frame, grate and riser with city provided heavy duty frame, grate and high impact riser. The City of Federal Way will provide ERGO heavy duty frames and covers, and Infra -Riser high impact rubber composite adjustment risers for specified manholes or catch basins. This bid item shall include all labor, tools, and equipment necessary to remove and replace the existing frame, grate and riser. Any associated sawcutting, pavement removal and disposal, excavation, imported or native backfill, compaction, and pavement restoration are incidental to this bid item. 7-07 CLEANING EXISTING DRAINAGE STRUCTURES 7-07.5 Payment (April 12, 2018 CFW GSP) Section 7-07.5 is replaced with the following: All costs associated with cleaning existing drainage structures shall be considered incidental to and included in the various bid items and no additional payment shall be made. END OF DIVISION 7 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-96 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01.3 2 Seeding Fertilizing, and Mulching 8-01.3(2)B Seeding and Fertilizing (September 3, 2019 WSDOT GSP, OPTION 3) Section 8-01.3(2)B is supplemented with the following: Grass seed shall be a commercially prepared mix, made up of low growing species which will grow without irrigation at the project location, and approved by the Engineer. The application rate shall be two pounds per 1000 square feet. Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied at the rate of 10 pounds per 1000 square feet. 8-01.4 Measurement Section 8-01.4 is supplemented with the following Inlet Protection Insert will not be measured. 8-01.5 Payment Section 8-01.5 is supplemented with the following, "Inlet Protection Insert" is incidental. All costs associated with the treatment of pH in high pH stormwater or dewatering water shall be included in the applicable concrete, grinding or sawcutting items of work. 8-02 ROADSIDE RESTORATIOU 8-02.2 Materials Section 8-02.2 is supplemented with the following Materials shall meet the requirements of the following sections: Soil 9-14.1 Sod 9-14.6(8) 8-02.3 17) Protection of Private Property and Property Restoration (April 12, 2018 CFW GSP) Section 8-02.3(17) is a new section: Property Restoration shall consist of fine grading and restoration of adjacent landscaped areas; adjustment and/or replacement of private irrigation systems; slope restoration behind sidewalks; timber edgings; installing and replacing private wood and chain link fencing; and other work not currently identified on the plans, as directed by the Engineer. The Contractor is specifically reminded that any unnecessary damage caused by construction activities will be repaired at the Contractor's expense. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-97 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 Restore all disturbed areas to original condition or better. Grass areas shall be restored with hydroseed where directed. Removal of tree roots outside the limits of construction, as directed by the Engineer and under the supervision of a certified arborist, shall be paid for under "Property Restoration". Topsoil shall be Type A and mulch shall be Bark or Wood Chip Mulch, per these Special Provisions. All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting and 9-15 Irrigation System of the Standard Specifications. The force account provided for property restoration also includes any adjustments and/or replacements of existing irrigation systems not covered under Section 8-03 Irrigation Systems of the Special Provisions. This work shall also consist of modifying existing landscape lighting systems as may become necessary by these improvements. The Contractor is advised that protecting existing private irrigation and lighting systems from damage does not constitute a basis for claim or extra work. 8-02.4 Measurement (April 12, 2018 CFW GSP) Section 8-02.4 is supplemented with the following: "Sod Lawn", Incl. 4 in Topsoil will be measured per square yard_ Fertilizer shall be incidental to other bid items unless specifically listed as a bid item. 8-02.5 Pa ment (April 12, 2018 CFW GSP) Section 8-02.5 is supplemented with the following: "Sod Lawn, Incl. 4 in Topsoil", per square yard. -04 CURB& GUTTERS,AND SPILLWAYS 8-04.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-04.3 is supplemented with the following: The sub -base for curb and gutter sections shall be compacted to 95 percent density at or below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the curb and gutter. White -pigmented curing compounds will not be allowed. The top of the finished concrete shall not deviate more than one -eighth (1/8") in ten feet (10') or the alignment one-fourth (1/4") in ten feet (10'). CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-98 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020 08 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: Painting of curbs, where required, will not be measured and is considered incidental to the unit price of the type of curb. Cement Conc. Curb and Gutter will be measured by linear foot. Mountable Cement Conc. Curb will be measured by linear foot. Extruded Cement Conc. Curb will be measured by linear foot. Cement Conc. Barrier Curb will be measured by linear foot. Cement Conc. Curb will be measured by linear foot. Cement Conc. Barrier Curb and 12" Cement Conc. Curb associated with ADA ramps shall be incidental to the Cement Conc. Curb Ramp Type _ and will not be measured. 8-04.5 Payment (April 12, 2018 CFW GSP) Section 8-04.5 is supplemented with the following: "Extruded Curb, Type 6", per linear foot. "Painting of curbs, where requires", shall be incidental. "Cement Conc. Curb and Gutter", per linear foot. "Mountable Cement Conc. Curb", per linear foot. "Extruded Cement Conc. Curb", per linear foot. "Cement Conc. Curb", per linear foot. "Cement Conc. Barrier Curb" and 12 inch Cement Conc. Curb" associated with ADA ramps shall be incidental to the Cement Conc. Curb Ramp Type — The unit contract price per linear foot for "Cement Conc. Curb and Gutter' shall be full payment for all incidental work including forms, preparation of subgrade, placement, backfill and compaction, HMA Class 1 /2" PG 58H-22 and CSTC for pavement repair, and all other materials, tools, equipment, and labor required for the construction of same. 8-06.3 Construction Requirements (April 12, 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-99 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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. 8-06.5 Pa ment (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. C CURB 8-07.1 Descri tion (December 12, 2012 CFW GSP) Section 8-07.1 is deleted and replaced with the following: This Work consists of furnishing and installing precast traffic curb, block traffic curb, sloped mountable curb, or dual faced sloped mountable curb of the design and type specified in the Plans in accordance with these Specifications and the Standard Plans, in the locations indicated in the Plans or as identified by the Engineer. 8-07.2 Materials (August 9, 2014 CFW GSP) Section 8-07.2 is supplemented with the following. Block Traffic Curb 9-18.3 8-07.3 Construction Re uirernents 8-07.31 Installing Curbs (March 30, 2018 CFW GSP) Section 8-07.3(1) is supplemented with the following: For both types of curb, nosing pieces, connecting dividers, and radial sections, as detailed in the Plans, will be required at the ends of the curb lines, at transitions from Type C traffic curb to Type A traffic curb, and at Type A traffic curb installation with radii less than 10 feet. 8-07.4 Measurement (August 9, 2014 CFW GSP) Section 8-07.4 is supplemented with the following: Precast Dual Faced Sloped Mountable Curb and Precast Sloped Mountable Curb will be measured by the linear foot along the axis of the curb and return. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-100 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 8-07.5 Payment (August 9, 2014 CFW GSP) Section 8-07.5 is supplemented with the following: "Precast Dual Faced Sloped Mountable Curb", per linear foot. "Precast Sloped Mountable Curb", per linear foot. 8-09 RAISED PAVEMENT MARKE -a 8-09.1 Description (December 12, 2012 CFW GSP) Section 8-09.1 is supplemented with the following: RPM's shall be installed per City of Federal Way Standard Details. 8-09.2 Materials (December 12, 2012 CFW GSP) Section 8-09.2 is supplemented with the following: RPM's shall not be ceramic. 8-09.3 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. 8-09.4 Measurement Section 8-09.4 is supplemented with the following: Hydrant Marker Type 2B will be measured per each. Raised Pavement Marker, Type 2 will be measured per hundred. 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. 'Raised Pavement Marker, Type 2 ; per hundred. -13 M NUMENT CA5E5 8-13.1 Description (March 13, 1995 WSDOT GSP, OPTION 1) CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-101 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 Section 8-13.1 is deleted and replaced by the following: This work shall consist of furnishing and placing monument cases, covers, and pipes in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer. 8-13.2 Materials (March 13, 1995 WSDOT GSP, OPTION 1) Section 8-13.2 is supplemented with the following: The pipe shall be Schedule 40 galvanized pipe. 8-13.3 Construction Requirements (April 12, 2018 CFW GSP) The last paragraph of Section 8-13.3 is revised to read: The Contractor will be responsible for placing the concrete core and tack or wire inside the pipe. 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. 8-13.30) Adjusting 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. 8-13.4 Measurement (March 13, 1995 WSDOT GSP, OPTION 1) Section 8-13.4 is deleted and replaced by the following: Measurement of monument case, cover, and pipe will be by the unit for each monument case, cover, and pipe furnished and set. 8-13.5 Payment (April 12, 2018 CFW GSP) Section 8-13.5 is supplemented with the following: "Adjust Monument Case and Cover", per each. 8-14 CEMENT CONCRETE SIDEWAL CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-102 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020. 06 8-14.1 Description Section 8-14.1 is supplemented with the following. Existing cement concrete sidewalks, driveway approaches, truncated dome retrofit and existing curb ramps shall be removed and replaced at designated locations as directed by the City. New curb ramps and warning strips shall conform to the details on the design plans and Current WAC for Barrier Free Design. If any section of sidewalk is damaged due to vandalism, such as writing, by vehicles or pedestrians, the entire section, between joints, shall be removed and replaced, at no cost to the City. 8-14.2 Materials Section 8-14.2 is supplemented with the following: Material requirements for sidewalks shall also be applied to driveway approaches and curb ramps. 8-14.3 Construction Requirements (April 3, 2017 WSDOT GSP, OPTION 1) Section 8-14.3 is supplemented with the following: The Contractor shall request a pre -meeting with the Engineer to be held 2 to 5 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. 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA03 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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 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. $-14.3(6) Utility Cover Non -Slip MMA Coating (December 12, 2019 CFW GSP) Section 8-14.3(6) is supplemented with the following: The utility cover non -slip MMA coating shall be liquid mat MMA-Style Vanguard ADA Systems and located as shown in the Plans. Placement of the utility cover non -slip MMA coating shall be in according with the manufacturer's recommendation for placement in existing metal covers. Vertical edges of the utility shall be flushed with the adjoining surface to the extent possible (not more than 1/4 inch above the surface of utility metal covers) after installation. 8-14.4 Measurement (April 12, 2018 CFW GSP) Section 8-14.4 is supplemented with the following: Cement Conc. Sidewalk will be measured by the square yard. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA04 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020 08 Cement Conc. Sidewalk will be measured by the square yard. Cement Conc. Curb Ramp Type 1 Parallel will be measured per each. Cement Conc. Curb Ramp Type 2 Parallel will be measured per each. Cement Conc. Curb Ramp Type Perpendicular will be measured per each. Cement Conc. Curb Ramp Type Single Direction will be measured per each. MMA-Style Truncated Dome Detectable Warning Surfaces will not be measured. Utility Cover Non -Slip MMA Coating will be measured by square feet. 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. "Cement Conc. Sidewalk", per square yard. "Cement Conc. Curb Ramp Type 1 Parallel", per each. "Cement Conc. Curb Ramp Type 2 Parallel", per each. "Cement Conc. Curb Ramp Type Perpendicular", per each. "Cement Conc. Curb Ramp Type Single Direction", per each. "Utility Cover Non -Slip MMA Coating", per square feet. Removal of tree roots to a depth of 6" prior to placement of "Cement Conc. Sidewalk" shall be covered under "Removal of Cement Conc. Sidewalk", see section 2-02.3(3). 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA05 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment. Wiring shall be replaced for full length if sufficient slack as specified in Section 8-20.3(8) is not maintained. No splicing will be permitted. Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard Plan J-40.10-01. Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan J- 40.30-01. Junction boxes shall be inscribed based upon system per WSDOT Standard Plan J-40.30.01. Junction box lids and frames shall be grounded per Section 8-20.3(9). Junction boxes shall be located at the station and offset indicated on the Plans except that field adjustments may be made at the time of construction by the Engineer to better fit existing field conditions. Junction boxes for copper and/or fiber signal interconnect shall be placed at a maximum interval of 300 feet and shall be inscribed with "TS" as described on WSDOT Standard Plan J-40.30-01. Communications/fibers vaults shall be provided for the purpose of storing slack cabling and installing splice enclosures. The location of all communication vaults shall be as indicated on the Plans and shall be field verified by the Contractor. Communication/fibers vaults shall be configured such that the tensile and bending limitations of the fiber optic cable are not compromised. Vaults shall be configured to mechanically protect the fiber optic cable against installation force as well as inert forces after cable pulling operations. Where indicated in the Plans, new vaults shall be installed as described herein and shown in the Plans. The Contractor shall furnish and install racking hardware for cable storage in all new vaults and in all existing vaults where cable storage is identified on the plans. The Contractor shall secure and store the cable in the racking hardware per manufacturer's instruction. Fiber vaults shall be installed in accordance with the following: 1. All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shall meet the specifications of the fiber vault manufacturers. 2. Backfilling around the work shall not be allowed until the concrete or mortar has set. 3. Upon acceptance of work, fiber vaults shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation. 4. Fiber vaults shall be adjusted to final grade using risers or rings manufactured by the fiber vault and pull box manufacturer. Fiber vaults with traffic bearing lids shall be raised to final grade using ring risers to raise the cover only. All voids created in and around the vault while adjusting it to grade shall be filled with grout. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA06 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 5. Fiber vaults shall be installed at the approximate location shown in the Drawings. Final location to be approved by the Engineer. 6. All existing conduits will need to be open and exposed for access within the vault. Care shall be taken to identify which conduits have existing cables. All conduits will extend 2 inches within the vault walls. At the 2- inch mark the excess conduit on the existing structure will need to be removed and all cables exposed. 7. Once the conduits are located, excavate a hole large enough to install the fiber vault. The vault shall have a concrete floor as indicated on the Drawings. The floor shall be installed on 6 inches of crushed surfacing top course. If a fiber vault is installed outside a paved area, an asphalt pad shall be constructed surrounding the junction box. Ensure that the existing conduits are at a minimum of 4 inches above the top of the floor. If the existing conduits contain existing cables, the new vault will need to be bottomless to allow the existing conduit and cable to be routed into the new vault. 8-20.3 8 Wirin (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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA07 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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. The following is inserted between the 11th and 12th paragraphs of this section: Field Wiring Chant (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 Ora­11nge (B+) -581 584 --- 587 . 590 _— Vehicle Yellow (Call 582 585 _ 588 591 Preemption Blue (Bf� 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 ---_.. White 616 626 636 646 656 666 676 686 696 606 (Common) ...» . _ - _ Red (Hand) 711 721 731 741 751 761 771 781 791 701 ...........I....... -- - - - - - Green(Man) 712 722 —........ _ 732 742 - --- -752 - -. 762 772 782 792 702 Pedestrian White (Common 716 726 736 746 756 766 776 786 796 706 for Lights) Heads and 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 811 821 831 841 851 861 871 881 891 801 Loopp1.__....,___. 812 822 832 842 852 862 872 882 892 802 Loop 2 y� _ 813 823 833 843 853 863 873 883 893 803 Vehicle Loop 2 814 824 834 844 854 864 874 884 894 804 Detectors Lo9P3 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.M 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 µ»» Loop 3 _ _ 916 926 936 946 956 966 976 986 996 906 Loop-4 w - Tµ 917 - 927 937 947 957 967 977 987 997 907 Loop 4 918 928 938 948 958 968 978 988 998 908 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA08 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 8-20.3(9) Bonding, Grounding (August 21, 2006 WSDOT NWR) Section 8-20.3(9) is supplemented with the following: Where shown in the Plans or where designated by the Engineer, the metal frame and lid of existing junction boxes shall be grounded to the existing equipment grounding system. The existing equipment grounding system shall be derived from the service serving the raceway system of which the existing junction box is a part. (March 13, 2012 CFW GSP) Section 8-20.3(9) is supplemented with the following: Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic 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. $-20.3(14)C Induction Loop Vehicle Detectors (January 31, 2014 CFW GSP) Item 2 and the last two sentences of Item 4 are deleted. Item 5 of this section is deleted and replaced with the following: 5) Each loop shall have 3 turns of loop wire. Item 11 of this section is deleted and replaced with the following: 11) The detector loop sealant shall be a flexible traffic loop wire encapsulement. Encapsulement shall be designated to enable vehicular traffic to pass over the properly filled sawcut within five minutes after installation without cracking of material. The encapsulement shall form a surface skin allowing exposure to vehicular traffic within 30 minutes at 75 degrees F. and completely cure to a tough rubber -like consistency within two to seven days after installation. Properly installed and cured encapsulement shall exhibit resistance to defects of weather, vehicle abrasion, motor oil, gasoline, antifreeze solutions, brake fluid, deicing chemicals and salt normally encountered in such a CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-109 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 manner that the performance of the vehicle detector loop wire is not adversely affected. Section 8-20.3(14)C is supplemented with the following: One -quarter -inch (1/4") saw cuts shall be cleared of debris with compressed air before installing three turns of loop wire. All detector loops shall be 6-foot-diameter circle with diagonal mini -cut corners (no 90 degree corners) of not more than 1-inch on the diagonal. From the loops to the junction box, the loop wires shall be twisted two turns per foot and labeled at the junction box in accordance with the loop schematics included in these Plans. A 3/8-inch saw cut will be required for the twisted pair. No saw cut will be within 3 feet of any manhole or utility risers located in the street. Loops and lead-ins will not be installed in broken or fractured pavement. Where such pavement exists it will be replaced in kind with minimum 12-foot sections. Loops will also not be sawed across transverse joints in the road. Loops to be placed in concrete will be located in full panels, a minimum 18 inches from any expansion joint. Existing Traffic Loops The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of five working days in advance of pavement removal in the loop areas. The Contractor shall install and maintain interim video detection until the permanent systems are in place. The interim video detection shall be operational simultaneously with decommission of the existing pavement loops. If the Engineer suspects that damage to any loop, not identified in the Plans as being replaced, may have resulted from Contractor's operations, the Engineer may order the Contractor to perform the field tests specified in Section 8 20.3(14)D. The test results shall be recorded and submitted to the Engineer. Loops that fail any of these tests shall be replaced. Loops that fail the tests, as described above, and are replaced shall be installed in accordance with current City of Federal Way design standards and Standard Plans, as determined by the Engineer. If traffic signal loops that fail the tests, as described above, are not replaced and operational within 48 hours, the Contractor shall install and maintain interim video detection until the replacement loops are operational. The type of interim video detection furnished shall be approved by the Engineer prior to installation. 8-20.34.141D Test for Induction Loops and Lead-in Cable (October 5, 2009 WSDOT NWR — OPTION 3) Section 8-20.3(14)D is supplemented with the following: Existing Lead-in Cable Test When new induction loops are scheduled to be installed and spliced to an existing two -conductor shielded detector lead-in cable, the Contractor shall perform the following: 1. Disconnect the existing detector lead-in cable in the controller cabinet and at the loop splice. 2. Megger test both detector lead-in cable conductors. A resistance reading of less than 100-megohms is considered a failure. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-110 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 3. Detector lead-in cables that fail the test shall be replaced and then retested. 4. After final testing of the detector lead-in cable, the loop installation shall be completed and the loop system tested according to Tests A, C and D. Connect the detector lead-in cables in the controller cabinet. (October 5, 2009 WSDOT NWR — OPTION 4) Section 8-20.3(14)D is supplemented with the following: Existing Loop Test When two -conductor shielded detector lead-in cable is scheduled to be installed and spliced to an existing loop, the Contractor shall perform the following: 1. Disconnect the existing loop from the detector lead-in splice. 2. Megger test the existing loop wire. A resistance reading of less than 100- megohms is considered a failure. 3. Loops that fail the test shall be replaced and then retested. 4. After the final testing of the loops, the detector lead-in cable installation shall be completed and the loop system tested according to Tests A, C and D. (March 31, 2012 CFW GSP) Section 8-20.3(14)D is supplemented with the following: Test A — The resistance shall not exceed values calculated using the given formula. Resistance per 1000 ft of 14 AWG, R = 3.26 ohms / 1000 ft R = 3.26 x distance Of lead-in cable_[7� 1000 ft Test B and Test C in this section are deleted and replaced with the following: Meggar readings of the detection wire to ground shall read 200 megohms at the amplifier connection. The 200 megohms or more shall be maintained after the splices are tested by submerging them in detergent water for at least 24 hours. The tests will be conducted with County personnel at the request of the Contractor. All costs incurred to meet this minimum standard will be the responsibility of the Contractor. 8-20.3080 Construction Requirements Section B-20.3(18)B is supplemented with the following: The Contractor shall remove and replace Campbell Company's Accessible Pedestrian Push buttons for the following locations: Schedule A - S 312th St (13th Ave S to 8th Ave S 1. NW Corner of S 312`h St and 8"' Ave S intersection, Ramp #1. a. Construct two (2) new foundations and poles and istall two new APS Push Buttons per WSDOT STD. PLAN J-20.26-01. b. Dispose of two existing Pedestrian Push Buttons and fill holes on signal pole. 2. NE Corner of S 312"' St and 81h Ave S intersection, Ramp #2. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-111 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 a. Construct one (1) new foundation and pole and install new APS Push Button per WSDOT STD. PLAN J-20.26-01. b. Dispose of existing Pedestrian Push Buttons and fill holes on signal pole. 3. SW Corner of S 312t" St and 8t'' Ave S intersection Ram #6. a. Construct one (1) new foundation and pole and install new APS Push Button per WSDOT STD. PLAN J-20.26-01. Dispose of existing Pedestrian Push Buttons and fill holes on signal pole. 4. SE Corner of S 31e St and 81" Ave S intersection Ram #8. b. Construct one (1) new foundation and pole and install new APS Push Button per WSDOT STD. PLAN J-20.26-01. c. Dispose of existing Pedestrian Push Buttons and fill holes on signal pole. 8-20.4 Measurement (April 12, 2018 CFW GSP) Section 8-20.4 is replaced with the following "Traffic Signal System, Complete" shall be measured per lump sum. "Interconnect System, Complete" shall be measured per lump sum. "Induction Loop Detectors" shall be measured per each. "Remove and Replace Pedestrian Push Button Pole", shall be measured per each. 8-20.5 Payment (April 12, 2018 CFW GSP) Section 8-20.5 is deleted and replaced with the following: Payment will be made in accordance with the following: "Induction Loop Detectors", per each. "Remove and Replace Pedestrian Push Button Pole", per each 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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-112 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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. The lump sum price for "Induction Loop Detectors" shall be full pay for furnishing all labor, equipment, materials and supplies necessary to complete the work as specified. "Remove and Replace Pedestrian Push Button Pole" shall be full pay for furnishing all labor, equipment, materials and supplies necessary to complete the work as specified. SECTION 8-21 PERMANENT 5Gi NING 8-21.1 Description (March 13, 2012 CFW GSP) Section 8-21.1 is deleted and replaced with the following: This work shall consist of furnishing and installing permanent signing, sign removal, sign relocation, and the project sign installation and removal, in accordance with the Plans, these Specifications, the Standard Plans, MUTCD, and the City of Federal Way Standard Details at the locations shown in the Plans or where designated by the Engineer. Signs to be removed as shown on the Plans, shall be returned to the Owner. Colors of all permanent signs shall be submitted to the City for approval prior to installation in the field. Installed signs that do not have color approved by the City may be required to be removed and replaced in an acceptable color at the Contractor's expense. 8-21.3 Construction Requirements 8-21.3 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 Relocaticfi (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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA 13 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 (253)581-8130 to coordinate sign work 2 weeks prior to the required sign removal or installation. A copy of the record of communication shall be forwarded to the City of Federal Way. 8-21.4 Measurement (April 12, 2018 CFW GSP) Section 8-21.4 is deleted and replaced with the following: "Permanent signing" is measured on a lump sum basis 8-21.5 Payment (April 12, 2018 CFW GSP) Section 8-21.5 is deleted and replaced with the following: The lump sum price for "Permanent Signing" shall include all labor, materials, tools, and equipment necessary to furnish and install permanent signing, sign removal, and sign relocation. Sign covering shall be incidental and shall not be measured. All costs for furnishing and installing signs on shall be included in the lump sum price for "Traffic Signal System — Complete". � ►. � �l�l,.��lllilTl.l'.���i�l 8-22.1 Description (December 18, 2009 CFW GSP) Section 8-22.1 is supplemented with the following: Pavement markings shall conform to City of Federal Way Standard Details. Profiled and plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20- 01. 8-22.2 Materials (October 23, 2014 CFW GSP) Section 8-22.2 Sentence #3 is deleted and replaced with the following: Glass beads for Type A plastic shall be as recommended by the manufacturer. Section 8-22.2 is supplemented with the following: Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9-34.4. 8-22.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-22.3 is supplemented with the following: Temporary Pavement Marking Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or roadways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of temporary pavement markings. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. The Contractor shall install and remove approved 4-inch-wide reflective traffic tape, paint line, RPMs and pavement markings per City of Federal Way Standard Details Dwg 3-17, CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-114 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 Dwy 3-18, and Dwg 3-19, as shown on the Plans, specified in the Special Provisions for this Contract, or as directed by the Engineer. Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap, unless otherwise specified on the Plans or in the Special Provisions. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. Paint lines shall be provided for temporary pavement marking conditions not applicable for reflective tape. All costs in connection with the use of (placement and removal) reflective traffic tape as temporary pavement markings shall be incidental to other bid items. All costs for paint lines and reflective pavement markers used for temporary traffic control will be paid under those respective bid items. 8-22.30) 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: Measurement for the removal of all pavement markings will be per lump sum. "Removing Pavement Markings", is incidental to paving 8-30 POTHOLING AND RESO UTION OF UTILITY CONFLICTS (April 12, 2018 CFW GSP) CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-115 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 Section 8-30 and it's subsections are new sections as follows: 8-30.1 Description (April 12, 2018 CFW GSP) Section 8-30.1 is a new section: This work involves the identification and resolution of utility conflicts not identified in the plans between proposed improvements and existing utilities. The City will pay these costs by force account if the work proves to be acceptable and the Contractor had performed the work with the authority of and due notice to the Engineer. 5-30.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-30.3 is a new section: The City may direct the Contractor to pothole existing utilities to verify the field location and depth. Potholing shall include excavation and backfilling of the existing utility, identification of the pipe or line size, material type and condition and the survey work to locate the facility horizontally and vertically. Survey information to be obtained shall include station and offset to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with CSTC compacted to 95%, or with CDF, as directed by the Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the surrounding pavement. In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: 1. Standby time resulting from existing utility conflicts. Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: a. For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and/or reassign his work forces and equipment to other areas of work to minimize standby time. b. If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: a. Storm drainage manhole, pipe, vault, and conduit realignments of line and/or grade for the storm drain and undergrounding of overhead utilities, to avoid existing utility conflicts. b. Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and/or grade, not exceeding the limits set in section 1- 04.4 of the Standard Specifications. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-116 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 8-30.4 Measurement (April 12, 2018 CFW GSP) Section 8-30.4 is a new section: "Potholing", will be measured for force account per Section 1-09.6. "Resolution of Utility Conflicts" will be measured for force account per Section 1-09.6. 8-30.5 Payment (April 12, 2018 CFW GSP) Section 8-30.5 is a new section: "Potholing", will be paid by force account. "Resolution of Utility Conflicts", will be paid by force account To provide a common proposal for all bidders, the City has estimated the amount for "Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal to become a part of the total bid by the Contractor. Utility conflicts due to the Contractor's actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. 8-32 ASPHALT CONCRETE SPEE❑ HUMP New Section (******) 8-32.1 Description The work shall consist of removal of existing and construction of new asphalt concrete speed humps associated with Asphalt Overlay Project and per City of Federal Way Detail DWG No. 3- 26. 8-32.2 Materials Asphalt concrete for speed humps shall be HMA Class '/2" PG 64-22 meeting the requirements of Section 5-04 of the Standard Specifications. Pavement marking materials shall be white plastic meeting the requirements of Section 8-22.2 of the Standard Specifications. Raised pavement markers should be Type 2 YY and Type 2W meeting the requirements of Section 8-09.2 of the Standard Specifications. 8-32.3 Construction Requirements The various materials shall be installed as noted on the plan detail. 8-32.4 Measurement Measurement will be per each where a speed hump and associated pavement markings are installed. 8-32.5 Payment " Removal and Replacement of Speed Hump, Complete", per each. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-117 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 The unit bid price per each proposal will be full compensation for the cost of all tools, labor, equipment, and materials necessary or incidental to remove and re -install the asphalt concrete speed hump and pavement markings. END OF DIVISION 8 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-118 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 DIVISION 9 MATERIALS 9-03.12 Gravel Backfill 9-03.12(6) Pit Run Sand (April 12, 2018 CFW GSP) Section 9-03.12(6) is a new section: Sieve Size Percent Passing 3/8" square 100 U.S. No. 4 90 Sand Equivalent 30 minimum 9-03.14(3) Common Barrow (April 12, 2018 CFW GSP) Section 9-03.14(3) is modified with the following requirements: Material from on -site excavations meeting the requirements for Common Borrow shall be used to the extent practicable. Material for common borrow shall consist of granular soil and/or aggregate which is free of trash, wood, debris, and other deleterious material. Common Borrow material shall be at the proper moisture content for compaction. This material is generally moisture sensitive. The natural moisture content shall range from not more than 1 percent wet of optimum to not more than 3 percent dry of optimum as determined in accordance with Section 2-03.3(14)D. The material shall not pump or yield under the weight of compaction equipment and construction traffic. The Contractor is responsible for protecting the material from excess moisture wherever/whenever possible. To the extent practicable, this material should be handled only during non -rainy periods and should be removed, hauled, placed, and compacted into final embankments without intermediate handling or stockpiling. Surfaces should be graded and sloped to drain and should not be left uncompacted. Common Borrow shall meet the following gradation limits: Sieve Size Percent Passing (by weight) 6" square100 4" square 90-100 2" square 75 - 100 U.S. No. 4 50 - 80 U.S. No. 40 50 max. U.S. No 200 25 max. For geosynthetic reinforced walls or slopes, 100percent passing 1 %r 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 2021 ASPHALT OVERLAY SPA 19 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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. Heavy -Duty Hinged Style Frame & Cover shall be ERGO Assembly: Product Number 001040401-01, Manufactured by EJ Group, Inc., 301 Spring Street, PO Box 439, East Jordan, MI 49727, (800)626-4653, www.ejco.com M6.15 5 Hi h Im pact Multi-Pur ose Rubber Com Posite 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. High Impact Adjustment Riser shall be Infra -Riser Multi -Purpose Rubber Composite Adjustment Riser, EJ Group, Inc., 301 Spring Street, PO Box 439, East Jordan, MI, 49727, (800)626-4653, www.ejco.com 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Topsoil CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA20 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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. No fresh sawdust or other fresh wood by-products shall be added to extend the volume after the composting process. Chemical and physical characteristics of Topsoil Type A shall comply with the following: Screen Size 7/16" Maximum Total Nitrogen 0.25% Minimum Organic Matter 10% Minimum pH Range 5.5 to 7.5 Conductivity 5 mmhos/cm Maximum 9-14.4 Fertilizer (June 12, 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. 9-14.5 Mulch and Amendments 9-14.50) Bark or Wood Chins (June 12, 2020 CFW GSP) Section 9-14.5(3) is supplemented with the following: Bark or Wood Chip Mulch shall be medium grade composted ground fir or hemlock bark. The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The moisture content of bagged mulch shall not exceed 22%. The acceptable size range of bark mulch material is'/" to 1" with maximum of 20% passing the'/z" screen. 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(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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA21 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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. 9-14.9 Root Barrier (June 12, 2020 CFW GSP) Add the following new section: Root Barrier shall be 18-inch high, minimum thickness 0.090-inch, interlocking root barrier panels constructed of high -impact polypropylene with 1/2-inch reinforcing ribs. 9-15 IRRIGATION SYPTEM 9-15.1 Pipet 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. 9-15.5 Valve Boxes (June 12, 2020 CFW GSP) Section 9-15.5 is supplemented with the following: Valve boxes for control valves shall be grey flared box, HDPE construction with UV inhibitors, heavy duty seat collar, drop in locking, 171 x 24" D x 12" W with green HDPE drop in locking lid. Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer concrete, top dimensions 25"L x 15-16"W and 24" D designed to withstand H-10 and H- 20 loading in incidental and non -deliberate traffic areas. Valve box must be compliant with AASHTO H-10 Design Load; ASTM C 857-95 Design Load of A-8, 8,000lbs. Box shall be alkaline, acid and weather resistant, with flush locking polymer concrete cover. Verify size to fit Double Check Valve Assembly. Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter flared box with bolt down cover. 9-15.6 Gate Valves (April 12, 2018 CFW GSP) Section 9-15.6 is supplemented with the following: Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel, suitable for residential or commercial potable water applications, with screwed bonnet, non -rising stern, solid wedge disc and integral seats. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-122 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 9-15.7 Control Valves 9-15.701 Manual Control Valves (April 12, 2018 CFW GSP) Section 9-15.7(1) is supplemented with the following: Shut off valves upstream of automatic control valves shall be a heavy duty cast brass body gate valve with heavy cast iron handwheel, suitable for residential or commercial potable water applications, with screwed bonnet, non -rising stem, solid wedge disc and integral seats, size to fit line. 9-16.13 Pressure Regulating Valves (April 12, 2018 CFW GSP) Section 9-15.13 is supplemented with the following: Pressure regulating valve shall be designed to reduce incoming water pressure from up to 400psi to a range of 25-75psi. Valve shall be all bronze body construction, with thermal expansion bypass, serviceable in line, with internal stainless steel strainer. SECTION 9-18 PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB 9-18.3 Vacant (December 12, 2012 CFW GSP) Section 9-18.3 is deleted and replaced with the following new Section: 9-18.3 Block Traffic Curb In construction of the block traffic curb, the Contractor shall have the option of using either length block shown in the plans, provided the same length block is used throughout the entire project. The curb units shall be made from portland cement and high quality sand and gravel, the proportions of which will be left to the discretion of the producer as long as the unit develops a minimum compressive strength of 1,600 psi at 28 days when tested for end loading. The proportions of sand, gravel, and cement, the type of forms used, and the method of compacting the concrete in the forms shall all be such that as dense, smooth, and uniform a surface as is practicable for a concrete masonry unit is obtained on the finished curb units. The faces that are to be exposed shall be free from chips, cracks, air holes, honeycomb, or other imperfections except that if not more than 5 percent of the curb units contain slight cracks, small chips not larger than inch, or air holes not more than '/2 inch in diameter or depth, this shall not be deemed grounds for rejection. The units used in any contiguous line of curb shall have approximately the same color and surface characteristics. 9-21.2 1 Physical Properties (March 13, 2012 CFW GSP) Section 9-21.2(1) is supplemented with the following: Type 2 raised pavement markers shall NOT be ceramic. SECTION 9-28 SIGNING MATERIALS AND FABRICATIOLI CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA23 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 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 I Blank 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: 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. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-124 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 06 9-28.9 Fiberglass Reinforced Plastic Signs (December 18, 2009 CFW GSP) Section 9-28.9 is deleted in its entirety. 9-28.14 Sign Support Structures (December 18, 2009 CFW GSP) Section 9-28.14 is supplemented with the following: Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be steel sign posts. 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 steel sign posts per WSDOT Std plan G-24.50 for Type ST-4 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. 9-29.1 Conduit, Innerduct, and Outerduct (June 5, 2000 WSDOT NWR) Section 9-29.1 is supplemented with the following: Conduit Coatings Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings are not allowed. Steel conduit entering concrete shall be wrapped in 2-inch-wide pipe wrap tape with a minimum 1-inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. (October 23, 2014 CFW GSP) Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all of the conduit, all required fittings, termination and other installation accessories; all in accordance with the Contract Documents. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-125 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 9-29.10) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings (August 10, 2009 WSDOT NWR) Section 9-29.1(1) is supplemented with the following: Conduit Sealing Mechanical plugs for cabinet conduit sealing shall be one of the following: 1. Tyco Electronics - TDUX 2. Jackmoon — Triplex Duct Plugs 3. O-Z Gedney — Conduit Sealing Bushings The mechanical plug shall withstand a minimum of 5 psi of pressure. 9-29.1[2a Rigid Metal Conduit Fittinas and ADDurtenances (August 10, 2009 WSDOT NWR) Section 9-29.1(2) is supplemented with the following: Conduit Coatings Electroplated couplings are not allowed. (March 4, 2009 WSDOT NWR)) Surface Mounting Conduit Attachment Components Channel supports and all fastening hardware components shall be Type 304 stainless steel. 9-29.1 11 Foam Conduit Sealant (January 7, 2019 WSDOT Option 1) Section 9-29.1(11) is supplemented with the following: The following products are accepted for use as foam conduit sealant: • CRC Minimal Expansion Foam (No. 14077) ■ Polywater FST Foam Duct Sealant • Superior Industries Foam Seal • Todol Duo Fill 400 9-29.2 Junction Boxes Cable Vaults and Pull Boxes 9-29.2(1)A Standard Duty Junction Boxes (April 12, 2018 CFW GSP) Section 9-29.2(1) is supplemented with the following: Concrete Junction Boxes For junction boxes located within the sidewalk, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly owned properties, both the lid and frame shall be treated with one of the following slip -resistance products: 1. Mebacl manufactured by IKG Industries. 2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 3. Saftrax TH604 Non -Skid manufactured by Thermion. Where the exposed portion of the frame is 1/2 inch wide or less the slip - resistant treatment may be omitted on that portion of the frame. The slip -resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; "SY CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA26 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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 ("M1" for Mebac 1; "ST' 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(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. 9-29.5 Vacant (May 31, 2012 CFW GSP) Section 9-29.5 is deleted and replaced with the following new section: 9-29.5 School Zone Beacon & Rectangular Rapid Flashing Beacon (RRFB) Standards Pole Foundations: Shall be as indicated on the plans. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA27 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 Sign Poles, Bases, and Caps: Sign poles shall be 4" — 8 NPT Schedule 40, galvanized steel meeting the following minimum requirements: Standard 4" Sch 40 .......... ASTM A53 Grade B ERW Tensile Strength, KSI .......................... 60 Yield Strength, KSI .............................. 35 Weight Per Foot ............................. 10.79 lb. Standard Wall Thickness .................. 0.237" Outside Diameter ............................... 4.5" Threading and deburring of the Pedestal Pole shall be in accordance with the basic dimensions of American National Standard Taper Pipe Threads, NPT (ANSI 61.2). The pole shall be pre -galvanized or galvanized after fabrication meeting the requirements below: 1. Pre -Galvanized: Pipe shall have clean square saw cuts and free of burrs. After threading threads shall be sprayed with a rust -protective zinc -rich coating. Galvanizing shall be a minimum of 1.6 oz./ft.Z. 2. Galvanized After Fabrication: Pipe shall have clean square saw cuts and free of burrs. Pole shall be hot dipped galvanized to comply with ASTM A-123 with a minimum of 1.6 oz./ft2 after fabrication. Threads shall be heated and brushed to remove excess zinc. 3. MILL CERTIFICATION: Mill test reports to be maintained and supplied on request. PACKAGING: Threaded end shall have protective cap to prevent thread damage. Cardboard sleeve shall cover the entire length of shaft to protect surface finish during storage and shipment. Pole caps shall be Dome Type, aluminum, fitting a 4 '/.—inch OD pole, with a stainless steel set screw, sq hd, '/V-20 X'/z ". The pole base shall be square aluminum pedestal base with aluminum door meeting the following minimum requirements: 1. Square cast aluminum with natural finish, minimum weight of 21 lbs. with dimensions as shown in the Figure below. CITY OF FEDERAL WAY z t .S i4 + ' 3 -,/4 SPA 28 CFW SPECIAL PROVISIONS VER. 2020 08 2021 ASPHALT OVERLAY PROJECT #521 2. Upper end shall be threaded to receive a 4" NPT pipe shaft. Base threads shall be tapped to allow full pole engagement w/o exposed threads on the pole. 3. Shall be of such design that it may be fastened to a foundation with four (4) 3/4" anchor bolts located 90 degrees apart on the bottom of the base. 4. There shall be slots in the bottom of the base 1 V/2' wide and 2'/2" long measured along the circumference of the bolt circle, allowing a proper fit even if the bolts are placed slightly off center. 5. Shall accommodate bolt circles of a minimum of 12" through a maximum of 14'/2" and anchor bolts with a minimum of 5/8" through 1" diameter. 6. Shall be equipped with a removable aluminum door. Door opening shall be free of burrs and sharp edges and be no less than 8'/2' square. The door shall be attached to the base using one stainless steel socket button head screw to prevent unauthorized entry. 7. Shall be fabricated free of voids, pits, dents, molding sand and excessive foundry grinding marks. All design radii shall be smooth and intact. Exterior surface finish shall be smooth and cosmetically acceptable by being free of molding fins, cracks and other exterior blemishes. 8. Shall be fabricated from new aluminum ingot. No scrap materials shall be used. Minimum requirements as follows: a. Aluminum Alloy ...........319 Elongation (% in 2") .........2 b. Tensile Strength, KS1....... 27 Brinell Hardness .......... 70-100 c. Yield Strength,KSI ...........18 FRANGIBILITY: The base shall meet or exceed 1985 AASHTO breakaway requirements. Test reports from an FHWA approved independent laboratory shall be provided certifying that the base has been tested and meets all applicable requirements. In addition, a statement of certification from the FHWA stating such tests have been accepted and approved shall be supplied. STRUCTURAL INTEGRITY: In order to prove structural soundness a certification from a recognized independent structural laboratory shall be provided certifying that the base will withstand a bending moment of 10,750 ft. lbs. Such test shall be performed in the following manner: 1. A force shall be applied at a distance from the bottom of the base in order to produce a moment. All bases must reach a moment capacity of 10,750 ft. lbs. without breaking, cracking or rupturing in any manner. 2. After force has been removed, the lever arm shall return to within .250" of its original rest position. 3. All tests shall be made using 4" schedule 40 Steel Pipe. A reinforcing collar shall be installed at the top of the pole base in accordance with manufacturers' instructions. The collar shall be a three segment assembly designed to retrofit onto an existing square cast aluminum or iron pedestal base. The collar shall meet the following minimum requirements: MATERIAL: Reinforcing collar shall be three-piece cast aluminum with the minimum requirements: Aluminum Alloy ............................713 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA29 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 Tensile Strength, KSI ....................32 Yield Strength, KS1........................22 Elongation (% in 2") .......................3 Brinell Hardness ............................70 Minimum Wall Thickness .............5/8" Minimum Overall Height ............. 4-3/8" INSTALLATION: The collar shall be clamped around the top of a pedestal base by the use of two (2) 5/16" Socket Head Bolts per segment (Figure 1). Each segment shall have a 5/16" pilot hole for drilling through base. A 5/16" x 3/4" Roll Pin shall be driven through the collar into the base until flush to prevent the collar from walking up the base. HARDWARE: (6) 5/16"-18 x 1'/z' Socket Head Capscrews (3) 5/16" Dia. x 3/4" Roll Pins FINISH: Collar Segment: Alodine 1200 FASTENERS: Zinc w/ Yellow Di -Chromate In addition to meeting the above requirements, all poles, bases, collars, caps and related hardware shall be fully interchangeable with the following items manufactured by Pelco Products, Inc., Edmond, Oklahoma, such that any individual component can be replaced without requiring replacement of the entire system: • Pedestal pole, Model No PB-5200 • Square Base Assembly, Model No PB-5334 • Pole Cap, Model No PB-5402 • Pole & Base Collar Assembly, Model No PB-5325 9-29.6 Light and Signal Standards (December 18, 2009 CFW GSP) Section 9-29.6 is supplemented with the following: Light standards shall be tapered round aluminum tube C-wall alloy 6063 satin brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail herein, except that luminaire mounting height shall be as shown on the Illumination Pole Schedule. (January 7, 2019 WSDOT GSP, OPTION 5) Section 9-29.6 is supplemented with the following: Traffic Signal Standards Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre -approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm connecting bolts instead of lockwashers. All signal arm ASTM F 3125 Grade A325 connecting bolts tightening shall comply with Section 6-03.3(33). CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-130 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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. B and 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 ❑rawing 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: Type FB Type RM Fabricator ❑rawing 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 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. B and Prod. Div. WA15TR10-2 Rev. B Type RM ramp meter standard shall conform to Standard Plan J-22.15 or the following pre -approved plan: Fabricator Valmont Ind. Inc. Ameron Pole Prod. Div. Drawing No. DBO1165 Rev. B Sht. 1 2, 3 & 4 of 4 WA15TR10-1 Rev. B and WA15TR10-2 Rev. B CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA31 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 Type CCTV Type CCTV camera pole standards shall conform to one of the following pre -approved Plans: Fabricator Valmont Industries, Inc. Ameron Pole Product Div Type II Characteristics: Luminaire mounting height Luminaire arms Luminaire arm length Signal arms Drawing No. DB 01166 Rev. B Sheet 1, 2, 3 and 4 of 4 WA15CCTV01 Rev. B Sheet 1 and 2 of 2 N.A. N.A. N.A. One Only 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. 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 FIB 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. 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Baste Cantilever Bases, and Sign Bridge Bases 9-29.7(21 Fused Quick -Disconnect Kits (March 13 , 2012 CFW GSP) Section 9-29.7(2) is supplemented with the following: Fused quick -disconnect kits shall be of the SEC type or equivalent. Underground illumination splices shall be epoxy or underground service buss/light connector kits. Installation shall conform to details in the Standard Plans. 9-29.10 2 Vacant (January 11, 2019 CFW GSP) CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA32 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 Section 9-29.10(2) is deleted and replaced with the following new section: 9-29.10(3) Vacant (January 11, 2019 CFW GSP) Section 9-29.10(3) is deleted and replaced with the following new section- 9-29.13 5 Flashing ❑ erations (February 2, 2012 CFW GSP) Section 9-29.13(5) is modified as follows: Paragraph 2, Item 2 is deleted and replaced with the following: Police Flash Switch - The switch shall have two positions, "Auto" and "Flash". The up position shall be "Auto" and result in normal signal operation. The down position shall be "Flash" and will put the signal into flashing operation and apply stop time to the controller. When the flash switch is returned to the "Automatic" position, the controller shall restart except when the conflict monitor has commanded flash operation. The effect shall be to disable the police panel when the conflict monitor has detected a malfunction and all controller and conflict monitor indications shall be available to the technician regardless of the position of the police panel flash. The controller shall restart with all -flash for a preset period of time. (March 15, 2012 CFW GSP) Section 9-29.13(5). is supplemented with the following: All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between Phases 1, 2, 5, 6 and Phases 3, 4, 7, 8. 9-29.13(6) Emergency Preemption (March 31, 2012 CFW GSP) Section 9-29.13(6) is supplemented with the following: Emergency Preemption System (EPS) equipment shall be compatible with the operational requirements of the existing Opticom brand (GTT (formerly 3M)) emitters, detectors, phase discriminators and confirmation lights owned by the City. EPS equipment shall meet the following requirements: 1. Detector. The Contractor shall provide and install emergency preemption detectors at locations shown in the plans. The emergency preemption detectors shall be solid-state devices consisting of photoelectric cells and an amplifier mounted in weather -resistant housings. The detectors (GTT Model #711 or approved equal) shall be capable of detecting an optical signal generated by an Opticom brand emitter assembly (GTT). The detectors shall detect the optical signals from the emitter, amplify the signal, and transmit it to the phase discriminator. The detectors shall have a range control capable of being adjusted up to a maximum of 1/3 mile. Detectors shall be installed in a drilled and tapped hole in the top of the mast -arm or street -light arm, unless shown otherwise in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA33 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 Detector Lead-in Cable. The detector lead-in cable shall be GTT (formerly 3M) Opticom Model 138 shielded detector cable, or approved equal. No splicing will be allowed between the detector and the controller cabinet. All lead in cables shall be connected to terminals in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the grounding bar. 3. Confirmation Light. Mounted below the OPTICOM detector there shall be placed a white, 100 watt (minimum), standard screw socket, flood light which shall indicate, by being on, when the preemption interval is in effect and the desired phase is being held in a green display, unless otherwise noted in the plans. Indicator lights shall be actuated by utilizing the unused yellow output of pedestrian signal switch packs. 4. Multimode Phase Selector. The phase selector shall be GTT (formerly 3M) Opticom Model 764 capable of communication both IR and GPS based systems. Maintenance and operation manuals shall be furnished for all emergency preemption equipment to the City of Federal Way or its designated agents by the Contractor. 9-29.19 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-134 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 clearance tone/message. The unit(s) shall have automatic volume controls for message strength over ambient noise levels. The walk tone/message shall be programmable to stop with the walk signal or other user settable time. The unit(s) shall be user settable for Accessible Pedestrian Signal (APS) message initiation with an extended press or on call. The call confirmation LED shall be red with 160 degree view ability and once activated shall remain illuminated until the corresponding walk indication is given. An audible acknowledgement message of "WAIT" shall accompany each activation of the call confirmation LED. The locator tone shall be active for a time of 0.15 seconds or less and shall repeat at 1 second intervals. The locator tone shall be intensity responsive to ambient sound and be audible from six (6) feet to twelve (12) feet from the pushbutton with a maximum of 5 dBA louder than ambient sound. A walk cycle audible message shall be set for each pushbutton unit and shall be patterned after the model: "Broadway. Walk sign is on to cross Broadway." The walk cycle message shall be intensity responsive to ambient sound with a volume 5 dBA above ambient sound up to a maximum volume of 100 dBA. The walk cycle message shall be audible from the beginning of the associated crosswalk during the walk interval only. The vibrotactile arrow shall be located on the pushbutton and shall have high visibility contrast of either light on dark or dark on light. The pushbutton units shall be installed in a manner such that the vibrotactile arrow is aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve. The vibrotactile arrow shall activate with the walk cycle. 9-29.20 Pedestrian Signals (December 12, 2011 CFW GSP) Section 9-29.20 is supplemented with the following: The symbol message modules shall plug directly into the transformer or be solid- state modules. Side mountings shall be clamshell mountings Type "E," as shown on WSDOT Standard Plan 1-20.16-00 unless otherwise noted on The Plans. All terminal compartments shall be painted in the same manner as specified for signal housings. All pedestrian head mounting bolts shall be noncorrosive stainless steel. Where pedestrian signal heads are to be fastened to the vehicle signal pole, the Contractor shall securely attach the clamshell mounting to the pole using stainless steel Allen -head bolts. Pedestrian display housings shall have a minimum depth capable of accommodating a Campbell Advisor Pedestrian Pushbutton Controller in the rear of the housing. Pedestrian signals shall be LED Countdown units as manufactured by Dialite Corporation or approved equal per the specifications included in the appendices of these Special Provisions. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-135 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 All pedestrian signal displays shall be the light emitting diode (LED) type with displays for "RAISED HAND", "WALKING PERSON" and a countdown timer. Each LED pedestrian signal module shall not require special tools for installation. The installation of an LED pedestrian module shall not require any modification to the housing. Each LED pedestrian module shall be a single, self-contained device, not requiring any on -site assembly for installation into any pedestrian signal housing. The power supply for the LED pedestrian module may be packaged as a separate module. All pedestrian "RAISED HAND" modules and countdown timer display modules shall be Portland Orange and shall conform to current ITE Standards for size, chromaticity, and intensity. LED pedestrian "RAISED HAND" modules shall be manufactured with a matrix of AIInGaP LED light sources. All pedestrian "WALKING PERSON" modules shall be Lunar White and shall conform to current ITE Standards for size, chromaticity, and intensity. LED pedestrian "WALKING PERSON" modules shall be manufactured with a matrix of InGaN LED light sources. The "RAISED HAND" and "WALKING PERSON" message -bearing surfaces shall be filled (not outline) symbols. The LED pedestrian modules shall be operationally compatible with controller and conflict monitors on this Project. The LED pedestrian module shall be rated for use in the ambient operating temperature range of minus 40 degrees C to 74 degrees C. Each LED pedestrian module shall be protected against dust and moisture intrusion per the NEMA Moisture Resistance STD 250-1991 for Type 4 enclosures to protect all internal components. The assembly, manufacturing, and mounting of the LED pedestrian module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. The manufacturer's name, trademark, serial number, and other necessary identification shall be permanently marked on the backside of the LED pedestrian module. LED signal pedestrian modules used on this Project shall be from the same manufacturer. A label shall be provided on the LED housing, and the Contractor shall mark the label with a permanent marker to note the installation date. LED pedestrian modules shall operate at a maximum power consumption of 15W. Each LED pedestrian module shall be operated from a 60 plus 3-Hz AC line over a range of 80 VAC to 135 VAC. Nominal operating voltage for all measurements shall be 120 plus 3 volts rms. The LED circuitry shall prevent flicker at less than 100 Hz over the voltage range specified above. Fluctuations in the line voltage specified above shall not affect luminous intensity by more than plus 10 percent. The signal module on -board noise transients and low - repetition high-energy transients shall be as stated in Section 2.1.6, NEMA Standard TS-2, 1992. The individual LED light sources shall be wired so that catastrophic failure of any one LED light source will result in the loss of not more than 20 percent of the signal module light sources. LED pedestrian signal modules shall provide a power factor of 0.90, or greater, when operated at nominal operating voltage, and 25 degrees C. Total harmonic distortion induced into an AC power line by an LED pedestrian module shall not exceed 20 percent. Each LED pedestrian module and associated onboard circuitry shall meet Federal Communications Commission (FCC) Title 47, Subpart B, Section 15 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA36 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 regulations concerning the emission of electrical noise. Two secured, color - coded, 600V, 20AWG minimum, jacketed wires, conforming to the National Electric Code, rated for service at 105 degrees C, are to be provided for electrical connection. LED signals shall show no evidence of illumination for input voltages below 35 volts. LED signals shall supply illumination current (unregulated) for all input voltages higher than 45 volts (and conform to appropriate intensity requirements specified above 80 volts). The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED signal modules for a period of 60 months and against loss of intensity below 50 percent of original values for a period of 36 months after installation of the modules. All warranty documentation shall be given to the Engineer prior to installation. 9-29.22 Vacant (January 8, 2013 CFW GSP) Section 9-29.22 is deleted and replaced with the following new section: SECTION 9-34 PAVEMENT MARKING MATERIAL 9-34.3 Plastic 9-34.3(4) Type D — Liquid Cold Applied Methyl Methacrylate (March 13, 2012 CFW GSP) Section 9-34.3(4) is supplemented with the following: The methyl methacrylate (MMA) material shall be formulated as a long -life durable pavement marking system capable of providing a minimum of two years of continuous performance. The material shall be a catalyzed methyl methacrylate (MMA), wet -continuous reflective product and placed shall have a dry time (cure) to the touch of no more than 30 minutes. The material shall be capable of retaining reflective glass beads and ceramic micro -crystalline elements of the drop -on or spray -on type as specified by the manufacturer. The binder shall be lead free and suitable for bituminous and concrete pavements. 9-34.4 Glass Beads for Pavement Marking Materials (March 13, 2012 CFW GSP) Section 9-34.4 is supplemented with the following: Methyl Methacrylate Pavement Markings Optics Glass Beads Surface -drop glass beads shall be the "Utah Blend" with a Methacrylate compatible coupling agent approved by the material manufacturer. Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded Core Elements Surface -drop ceramic elements shall be the Series 50M or 70M with a Methacrylate compatible coupling agent approved by the material manufacturer. Elements shall meet CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA37 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020.08 or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM 2176. The bonded core reflective elements shall contain either clear or yellow tinted microcrystalline ceramic beads bonded to the opacified core. These elements shall not be manufactured using lead, chromate or arsenic. All "dry -performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when tested using the liquid oil immersion method. All "wet performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 2.30 when tested using the liquid oil immersion method. There are two gradations for the bonded core elements, standard size and "S" series. "S" series is a slightly finer gradation of elements compared to standard. Element Gradations Mass Percent Passing (ASTM D1214 US Mesh Micron Standard Elements "S" Series 12 1700 80-100 85-100 14 1410 45-80 70-96 16 1180 5-40 50-90 18 1000 0-20 5-60 20 850 0-7 1 0-25 30 _ 600 0-7 A sample of bonded core reflective elements supplied by the manufacturer shall show resistance to corrosion of their surface after exposure to a 1 % solution (by weight) of sulfuric acid. The 1 % acid solution shall be made by adding 5.7 cc of concentrated acid into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the water, not the reverse. The bonded core elements are surface treated to optimize embedment and adhesion to the MMA binder. Elements treated for use with MMA shall have identification on packaging or label to indicate use with the MMA binder. Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. Reflectance Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity is averaged over many readings. Minimum Retro reflectivity results represent average performance for smooth pavement surfaces. Values represent both standard and "S" Series elements. Results may vary due to differences in pavement type and surface roughness. Increased element drop rate may be necessary to compensate for increased surface area characteristic of rough pavement surfaces. The initial retro reflectance of a single installation shall be the average value determined by the measurement procedures outlined in ASTM E 1710, using a 30-meter (98.4 feet) retro- reflectometer. RL shall be expressed in units of millicandelas per square foot per foot- candle [mcd(ft-2)(fc-1)]. CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SPA38 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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 D ASTM E1710 700 500 Wet recovery ASTM E2177) 375 280 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 DELETED B-82.20 DELETED B-90.40 Valve Detail — DELETED C-1 Delete Note 1. CITY O`F FEDERAL WAY 2021 ASPHALT OVERLAY SPA39 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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) SYSTEM LENGTH = 38' — LENGTH = 38' — 3 1/2"". C-40.14 DELETED elevation view detail, the callout "SOFTSTOP (TL-2) 4 1/2" is revised to read "SOFTSTOP (TL-2) SYSTEM C-60.10 Sheet 1, Side Elevation: The bottom set of #4 horizontal rebar (2x) located at the base of the barrier is repositioned to be aligned with the bottom of (a)- #4 stirrup bars to match the bar positioning shown on Sheet 1, Section A. Sheet 1, Reinforcing Steel Bending Diagram, 0- 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". CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-140 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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 ,3, — 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 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-141 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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. 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-142 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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." 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 % turn fasteners or slide latch." Is revised to read; "Hinged dead front with % 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." CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-143 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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 1/4" (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 "(TYP.)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Detail F, callout, "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)" Detail F, callout, "3/4" (IN) x 2'- 6" Anchor Bolt (TYP.) - Four Required (See Note 4)" is revised to read; "3/4" (IN) x 2'- 6" Anchor Bolt (TYP.) - Three Required (See Note 2)" J-21.15 Partial View, callout, was - LOCK NIPPLE - 1 '/2" DIAM., is revised to read; CHASE NIPPLE - 1 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 '/2" DIAM. is revised to read; CHASE NIPPLE 1 '/2" (IN) DIAM. J-28.24 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-144 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 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 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-145 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020 08 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-10.20-00 ...... 10/5/07 A-10.30-00 ...... 10/5/07 A-20.10-00 ...... 8/31 /07 A-30.10-00 ...... 11 /8/07 A-30.30-01 ...... 6/ 16/ 11 A-30.35-00 ....... 10/12/07 B-5.20-02........ 1 /26/17 B-5.40-02......... 1 /26/17 B-5.60-02......... 1 /26/17 B-10.20-02........ 3/2/ 18 B-10.40-01........ 1 /26/17 B-10.70-00 ...... 1 /26/17 B-15.20-01 ........ 2/7/12 B-15.40-01 ........ 2/7/12 B-15.60-02 ........ 1 /26/17 B-20.20-02 ....... 3/16/12 B-20.40-04 ....... 2/27/ 18 B-20.60-03 ....... 3/15/12 B-25.20-02 ........ 2/27/ 18 B-25.60-02 ......... 2/27/18 B-30.10-0 3.........2/27/ 18 B-3 0.15-00........ 2/27/ 18 A-40.00-00......... 8/11 /09 A-40.10-04......... 7/31 /19 A-40.15-00......... 8/11 /09 A-40.20-04......... 1 /18/17 A-40.50-02......... 12/23/14 A-50.10-00....... 11 /17/08 A-50.20-01......... 9/22/09 B-30.50-03......... 2/27/18 B-30.70-04......... 2/27/ 18 B-30.80-01 .......... 2/27/ 18 B-30.90-02 ........ 1 /26/17 B-35.20-00 .......... 6/8/06 B-35.40-00 .......... 6/8/06 B-40.20-00 .......... 6/1 /06 B-40.40-02 ........ 1 /26/17 B-45.20-01 .......... 7/11 /17 B-45.40-01 .......... 7/21 /17 B-50.20-00 .......... 6/1 /06 B-55.2 0-02..........2/27/ 18 B-60.20-01 .......... 6/28/18 B-60.40-01 .......... 2/27/18 B-65.20-01 .......... 4/26/ 12 B-65.40-00 .......... 6/1 /06 A-50.30-00....... 11 /17/08 A-50.40-00....... 11 /17/08 A-60.10-03........ 12/23/14 A-60.20-03......... 12/23/14 A-60.30-01.......... 6/28/18 A-60.40-00.......... 8/31 /07 B-75.20-02.......... 2/27/18 B-75.50-01.......... 6/10/08 B-75.60-00............ 6/8/06 B-80.20-00......... 6/8/06 B-80.40-00......... 6/1 /06 B-85.10-01......... 6/10/08 B-85.20-00........ ..6/1 /06 B-85.30-00........ ..6/1 /06 B-85.40-00...... ....6/8/06 B-85.50-01......... 6/10/08 B-90.10-00........... 6/8/06 B-90.20-00.......... 6/8/06 B-90.30-00.......... 6/8/06 B-90.40-01 .......... 1/26/17 B-90.50-00.......... 6/8/06 B-95.20-01........ _ .2/3/09 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-146 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020 08 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-30.40-03.......... 2/27/18 C-1.................... 6/2 8/ 18 C-1 a.................7/14/15 C-1 b...................8/12/19 C-1 d................ 10/31 /03 C-2c..................8/12/19 C-4f ................... 8/ 12/ 19 C-6 a ................ 10/ 14/09 C-7 ..................... 6/ 16/ 11 C-7a................... 6/ 16/ 11 C-8.....................2/10/09 C-8a...................7/25/97 C-8b....................2/29/16 C-8e.................... 2/21 /07 C-8f.....................6/30/04 C-16a................. 7/21 /17 C-20.10-05......... 8/12/19 C-20.11-00........ 7/21 /17 C-20.14-04.......... 8/12/19 D-2.04-00 ........ 11 /10/05 D-2.06-01 ........ 1 /6/09 D-2.08-00 ........ 11 /10/05 D-2.14-00 ........ 11 /10/05 D-2.16-00 ........ 11 /10/05 D-2.18-00 ........ 11 /10/05 D-2.20-00 ........ 11 /10/05 D-2.32-00 ........ 11 /10/05 D-2.34-01 ........ 1 /6/09 D-2.36-03 ........ 6/11 /14 D-2.42-00 ........ 11 /10/05 D-2.44-00 ........ 11 /10/05 D-2.60-00 ........ 11 /10/05 D-2.62-00 ........ 11 /10/05 D-2.46-01 ........ 6/11 /14 E-1...... ...........-.2/21 /07 E-2...... .............. 5/29/98 F-10.12-03....... 6/11 /14 F-10.16-00....... 12/20/06 F-10.18-01......... 7/11 /17 F-10.40-03........... 6/29/16 F-10.42-00......... 1 /23/07 G-10.10-00........ 9/20/07 G-20.10-02........ 6/2 3/ 15 G-22.10-04.......... 6/28/ 18 C-20.15-02.......... 6/11 /14 C-20.18-03.......... 8/ 12/ 19 C-20.19-03.......... 8/ 12/ 19 C-20.40-07.......... 8/12/19 C-20.41-02.......... 8/12/19 C-20.42-05.......... 7/14/15 C-20.45.02........... 8/12/19 C-22.16-06........ 7/21 /17 C-22.40-07........ 8/12/19 C-22.45-04........ 8/12/19 C-23.60-04........ 7/21 /17 C. 24.10-02........ 8/ 12/ 19 C-25.20-06........ 7/ 14/15 C-25.22-05........ 7/ 14/ 15 C-25.26-04........ 8/ 12/ 19 C-25.30-00....... 6/28/ 18 C-25.80-05........ 8/ 12/ 19 C-40.16-02........ 7/2/12 D-2.48-00........ 11 /10/05 D-2.64-01........ 1 /6/09 D-2.66-00........ 11 /10/05 D-2.68-00........ 11 /10/05 D-2.80-00........ 11 /10/05 D-2.82-00........ 11 /10/05 D-2.84-00.... .... 11 /10/05 D-2.86-00........ 11 /10/05 D-2.88-00........ 11 /10/05 D-2.92-00........ 11 /10/05 D-3.09-00........ 5/ 17/ 12 D-3.10-01...... 5/29/13 D-3.11-03...... 6/11 /14 D-3.15-02.... .6/10/13 D-3.16-02...... 5/29/13 E-4.................... 8/27/03 E-4a..................8/27/03 F-10.62-02........ 4/22/14 F-10.64-03........ 4/22/14 F-30.10-03........ 6/11 /14 F-40.12-03........ 6/29/16 F-40.14-03........ 6/29/16 G-2 5.10-04....... 6/ 10/ 13 G-26.10-00...... 7/31 /19 G-30.10-04....... 6/23/15 C-40.18-03........ 7/21 /17 C-60.10-00....... 8/22/19 C-70.10-01... ..... 6/ 17/ 14 C-75.10-01........ 6/11 /14 C-75.20-01........ 6/11 /14 C-75.30-01........ 6/11 /14 C-80.10-01........ 6/11 /14 C-80.20-01........ 6/11 /14 C-80.30-01........ 6/11 /14 C-80.40-01........ 6/11 /14 C-80.50-00........ 4/8/12 C-85.10-00........ 4/8/ 12 C-85.11-00........ 4/8/12 C-85.14-01... ..... 6/11 /14 C-85.15-01........ 6/30/ 14 C-85.16-01........ 6/ 17/ 14 C-85-18-01........ 6/11 /14 C-85.20-01........ 6/11 /14 D-3.17-02...... 5/9/16 D-4................. 12/11 /98 D-6...................6/19/98 D-10.10-01 ...... 12/2/08 D-10.15-01 ...... 12/2/08 D-10.20-01 ......... 8/7/19 D-10.25-01 ......... 8/7/19 D-10.30-00 ......... 7/8/08 D-10.35-00 ......... 7/8/08 D-1 0.40-01 ...... 12/2/08 D-1 0.45-01 ...... 12/2/08 F-40.15-03........ 6/29/16 F-40.16-03........ 6/29/16 F-45.10-02........ 7/15/16 F-80.10-04........ 7/15/16 G-95.10-02........ 6/28/18 G-95.20-03........ 6/28/18 G-95.30-03........ 6/28/18 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-147 PROJECT #521 CFW SPECIAL PROVISIONS VER 2020 08 G-24.10-00...... 11 /8/07 G-24.20-01...... 2/7/ 12 G-24.30-02...... 6/28/18 G-24.40-07..... 6/28/ 18 G-24.50-05..... 8/7/19 G-24.60-05..... 6/28/18 H-10.10-00.......... 7/3/08 H-10.15-00.. _ .......7/3/08 H-30.10-00...... 10/12/07 G-50.10-03....... 6/28/18 G-90.10-03...... 7/11 /17 G-90.11-00...... 4/28/16 G-90.20-05...... 7/11 /17 G-90.30-04...... 7/11 /17 G-90.40-02...... 4/28/16 H-32.10-00....... 9/20/07 H-60.10-01......... 7/3/08 H-60.20-01......... 7/3/08 H-70.10-01......2/7/ 12 H-70.20-01...... 2/ 16/ 12 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 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 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-148 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 J-28.24-01.......6/3/ 15 J-28.26-01...... 12/02/08 J-28.30-03...... 6/11 /14 K-70.20-01.......6/1 /16 K-80.10-01....... 6/1 / 16 K-80.20-00..... 12/20/06 K-80.35-00....... 2/21 /07 K-80.37-00....... 2/21 /07 L-10.10-02....... .6/21 /12 L-20.10-03........ 7/14/15 L-30.10-02........ 6/11 /14 M-1.2 0-0 3 ......... 6/24/ 14 M-1.40-02 ......... 6/3/11 M-1.60-02 ......... 6/3/11 M-1.80-03 ......... 6/3/11 M-2.2 0-0 3 ......... 7/ 10/ 15 M-2.21-00...... 7/10/15 M-3.10-03 ......... 6/3/11 M-3.20-02 ......... 6/3/11 M-3.30-03......... 6/3/ 11 M-3.40-03 ......... 6/3/11 M-3.50-02 ......... 6/3/11 M-5.10-02 ......... 6/3/11 M-7.50-01 ......... 1 /30/07 M-9.50-02 ......... 6/24/14 M-9.60-00 ........ 2/10/09 J-60.05-01.......7/21 /16 J-60.11-00....... 5/20/13 J-60.12-00....... 5/20/13 L-40.10-02........ 6/21 /12 L-40.15-01........ 6/16/11 L-40.20-02........ 6/21 /12 M-11.10-03..... --8/7/19 M-12.10-01...... 6/28/18 M-15.10-01........ 2/6/07 M-17.10-02........ 7/3/08 M-20.10-02........ 6/3/ 11 M-20.20-02........ 4/20/15 M-20.30-04... ..... 2/2 9/ 16 M-20.40-03........ 6/24/ 14 M-20.50-02........ 6/3/11 M-24.20-02....... 4/20/15 M-24.40-02....... 4/20/15 M-24.60-04....... 6/24/14 M-24.65-00...... 7/11 /17 M-24.66-00...... 7/11 /17 M-40.10-03...... 6/24/14 END DIVISION 9 L-70.10-01.......5/21 /08 L-70.20-01---- ...5/21 /08 M-40.20-00 ... 10/12/07 M-40.30-01 ...... 7/11 /17 M-40.40-00 ...... 9/20/07 M-40.50-00...... 9/20/07 M-40.60-00 ...... 9/20/07 M-60.1 0-01 ...... 6/3/11 M-60.20-02 ...... 6/27/11 M-65.10-02 ...... 5/11 /11 M-80.10-01 ...... 6/3/11 M-80.20-00 ...... 6/ 10/08 M-80.30-00 ...... 6/ 10/08 CITY OF FEDERAL WAY 2021 ASPHALT OVERLAY SP-149 PROJECT #521 CFW SPECIAL PROVISIONS VER. 2020.08 CROSS SECTION TYPE K 3 LANES + BIKE 311 8' 6' * 15' 1 1 ' , 12' 1 1 ' S' 6' * 8' 13' lutil. Sidewalk Planter Bike Bike Planter Sidewalk UITIl 44' PRINCIPAL ARTERIAL 1.0' HMA Y2", PG 581-1-22 0.83' CSTC PRINCIPAL COLLECTOR COMMERCIAL. INDUSTRIAL. MULTIFAMILY 0.50' HMA Y", PG 58H-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) OR RESIDENTIAL 0.30' HMA Y2", PG 58H-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) NOTES: 1) SUBBASE FOR ALL SECTIONS SHALL BE BANK RUN - THICKNESS TO BE DETERMINED BY DESIGN. 2) THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED. 78' MINIMUM PAVEMENT SECTIONS MINOR ARTERIAL 0.67' HMA Y2", PG 58H-22 0.50' HMA 1", PG 58H-22 OR 0.83' HMA Y2", PG 581-1-22 0.83' CSTC ■ PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB. REV: MAR arvw PUBLIC ARTERIAL/COLLECTOR DWG. NO. j� WORKS 3-2K CROSS SECTION -FYPE I 3 LANES +BIKE IN CITY CENTER ov 3' 12' * 5' 1 1 ' 12' 1 1 ' 5' 12' * 3' Util. Sidewalk Bike Bike Sidewalk Util. Strip Strip 44' 74' MINIMUM PAVEMENT SECTIONS PRINCIPAL COLLECTOR COMMER08L. INDUSTRIAL, MULTIFAMILY 0.50' HMA Y2", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 1) OR RESIDENTIAL 0.30' HMA Yz", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 1) NOTES: 1. THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED. 2. USE DECORATIVE PEDESTRIAN LIGHTS IN CITY CENTER. SEE STANDARD DETAILS 3-42 & 3-43. 3. USE STANDARDS DETAILS 3-30, 3-30A, 3-31 & 3-32 FOR STREET TREES AND STREET LIGHTS * SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB. REV: MAR 2614 �tla PUBLIC COLLECTOR DWG. NO. 0 IlCJll VVCJ� WORKS 3-2L CROSS SECTION TYPE M 3 LANES -I ref ^ I . .n' 4nl 4 n 0 c1* as Z9 PRINCIPAL ARTERIAL 1.0' HMA Y2", PG 581-1-22 0.83' CSTC 70' MINIMUM PAVEMENT SECTIONS MINOR ARTERIAL 0.67' HMA Y2", PG 58H-22 0.50' HMA 1 ", PG 581-1-22 OR 0.83' HMA Y2", PG 58H-22 PRINCIPAL COLLECTOR COMMERCIAL, INDUSTRIAL, MULTIFAMILY 0.50' HMA Y2", PG 58H-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) OR 0.83' CSTC RESIDENTIAL 0.30' HMA Yz", PG 58H-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) NOTES: 1) SUBBASE FOR ALL SECTIONS SHALL BE BANK RUN - THICKNESS TO BE DETERMINED BY DESIGN. 2) THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED. PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB. REV: MAR IN mo{�,�w,�r� PUBLIC ARTERIAL/COLLECTOR DWG. NO. FadSMO VUCJy WORKS 3-21VI CROSS SECTION TYPE N 3 LANES + PARKING IN CITY CENTER 3' 12' * 8' 1 1 ' I 12' 1 1 ' 8' 12'*. 3' Util. Sidewalk Parking I Parking Sidewalk Util. Strip Strip 50' 80' MINIMUM PAVEMENT SECTIONS MINR CQLLECTOR 0.25' HMA )z", PG 581-1-22 0.17' CSTC 0.50' CSBC NOTES: 1. SUBBASE SHALL BE BANK RUN — THICKNESS TO BE DETERMINED BY DESIGN. 2. USE DECORATIVE PEDESTRIAN STREET LIGHTS IN CITY CENTER. SEE STANDARD DETAILS 3-42 & 3-43. 3. USE STANDARD DETAILS 3-30, 3-30A, 3-31, & 3-32 FOR STREET TREES AND STREET LIGHTS. * SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB REV: MAR ?Q1J PUBLIC COLLECTOR DWG. No. �FadMg Wft WORKS 3-2N CROSS SECTION TYPE 0 2 LANES + BIKE I o+ c1* . c 1 1 n, 1 n' c' cI* 0' z' MINIMUM PAVEMENT SECTIONS PRINCIPAL MINOR ART- RIAL ART RIA 1.0' HMA YZ", PG 581-1-22 0.67' HMA YZ", PG 581-1-22 0.83' CSTC 0.50' HMA 1", PG 581-1-22 OR 0.83' HMA YZ", PG 581-1-22 0.83' CSTC PRINCIPAL COLLECTOR COMMERCIAL. INDUSTRIAL. MULTIFAMILY 0.50' HMA Y2", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) RESIDENTIAL 0.30' HMA Y2", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) NOTES: 1) SUBBASE FOR ALL SECTIONS SHALL BE BANK RUN — THICKNESS TO BE DETERMINED BY DESIGN. 2) THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED. OR s PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB. REV. MAR 2019 cww PusLlc ARTERIAL/COLLECTOR DWG. NO. o o Q M� My WORKS 3-20 CROSS SECTION TYPE P 2 LANES + DITCH J' b 1 U 4 12 1 1 4 1 U b 1.S Ulu. '� Ditch s Ditch uti Strip E c f Stri o 7C i i 7C 32' PRINCIPAL ARTERIAL 1.0' HMA Y2", PG 581-1-22 0.83' CSTC 70' MINIMUM PAVEMENT SECTIONS MINOR ARTERIAL 0.67' HMA Y2", PG 5811-22 0.50' HMA 1", PG 581-1-22 OR PRINCIPAL COLLECTOR COMMERCIAL. INDUSTRIAL. MULTIFAMILY 0.50' HMA Y2", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) OR 0.83' HMA Y2", PG 581-1-22 0.83' CSTC RESIDENTIAL 0.30' HMA Y", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) NOTES: 1) SUBBASE FOR ALL SECTIONS SHALL BE BANK RUN - THICKNESS TO BE DETERMINED BY DESIGN. 2) THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED. REV: MAR o PUBLIC ARTERIAL/COLLECTOR DWG. NO. ��=<LfL�L�JGO V1JCJ� WORKS .3�2P CROSS SECTION TYPE 0 2 LANES + PARKING IN CITY CENTER .0 r 3'1 12'* 8' 12' 12' 8' 12' * 3' Util. Sidewalk Parking Parking Sidewalk Util. Strip Strip I i 40' 70' MINIMUM PAVEMENT SECTIONS MINOR COLLECTOR LOCAL (RESIDENTIAL) 0.25' HMA Yz", PG 58H-22 0.25' HMA )Z", PG 58H-22 0.17' CSTC 0.17' CSTC 0.50' CSBC 0.42' CSBC NOTES: 1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT. 2. USE DECORATIVE PEDESTRIAN LIGHTS IN CITY CENTER. SEE STANDARD DETAILS 3-42 & 3-43. 3. USE STANDARD DETAILS 3-30, 3-30A, 3-31. & 3-32 FOR STREET TREE & STREET LIGHTS. ' SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB. REV: MAR 2619 c"Tcr PUBLIC COLLECTOR/LOCAL DWG. No. o p a O W" WORKS 3-20 CROSS SECTION TYPE R 2 LANES + PARKING 1� +� 9 3' 6' 49* 8' 12' 12' 8' 4'* 6' 1 3' Util, a n Parking Pocking n a Util. scrip E ' o Strip 0 1 1 0 40' 669 MINIMUM PAVEMENT SECTIONS MINOR COLLECTOR LOCAL (RESIDNTiAL 0.25' HMA Y2", PC 581-1-22 0.25' HMA Y2", PC 581-1-22 0.17' CSTC 0.17' CSTC 0.50' CSBC 0.42' CSBC NOTES: 1) SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT * PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB. REV: MAR I. 9 PUBLIC COLLECTOR/LOCAL Iwo. No. �ftftmllWW WORKS 3-2R CROSS SECTION TYPE S 2 LANES + PARKING 3' S' 4'* 8' 10 10' 8' 4' S' 3' Util. a n Parking Parking n n Util. Strip a a f Strip a W 1 a 7C F 36' m MINIMUM PAVEMENT SECTIONS MINOR COLLECTOR LOCAL (RESIDENTIAL) 0.25' HMA 3z", PG 58H-22 0.25' HMA 32", PG 58H-22 0.17' CSTC 0.17' CSTC 0.50' CSBC 0.42' CSBC I NOTES: 1) SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT * PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB. REV: MAR �c "T°' PUBLIC COLLECTOR/LOCAL DWG. No. Faftm0 W WORKS 3-2S CROSS SECTION TYPE T 2 LANES + DITCH 3:1 MAX. SLOPE 1:1 MAX. SLOPE 3' 5' 8' 2' 12' 12' 2' 8 5' 3' LIM. �^ Ditch z A Ditch 'A Util. Slrip E r °c Strip c a a o IM x 28' 60' MINIMUM PAVEMENT SECTIONS MINOR COLLECTOR LOCAL (RESIDENTIAL) 0.25' HMA )z", PG 581-1-22 0.25' HMA Y2", PG 581-1-22 0.17' CSTC 0.17' CSTC 0.50' CSBC 0.42` CSBC NOTES: 1) SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT REV: MAR 2111il Cc�w PUBLIC LOCAL DWG.. No. ��p- o (EM9 �fty WORKS COLLECTOR/3-2T CROSS SECTION TYPE U 2 LANES + PARKING r s 3' 5' 4,* 8, $, 8, 8, 4, 5, 3' Util. a n Parking Parking c 0 Util. Strip f m o f Strip o a x x 32' 5 6' MINIMUM PAVEMENT SECTION 0.25' HMA YZ", PG 581-1-22 0.17' CSTC 0.42' CSBC NOTES: 1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT i PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB REV: MAR 119 C �wcr PUBLIC LOCAL DWG. NO. �� Ft[Aml) My WORKS 3'2V CROSS SECTION TYPE V 2 LANES + DITCH MAX SLOPE 3:1 MAX SLOPE 1l1 s 3' S8' 12' 12' $ 5' 3' Util. - Ditch Ditch LA Util. CL Strip f Strip 0 0 24' 56' MINIMUM PAVEMENT SECTION 0.25' HMA i2", PG 581-1-22 0.17' CSTC 0.42' CSBC NOTES• 1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT REV: MAR 2019 (%�crvvw PUBLIC LOCAL DWG. NO. ftd8M0 Aky WORKS 3-2V CROSS SECTION TYPE X 2 LANES + DITCH 3:1 MAX. SLOPE 1:1 MAX. SLOPE • f o v 3' 5' 8' 10' 10' 8 5' 3' Util. a Ditch Ditch a Util. Strip Strip o c 20' 52' MINIMUM PAVEMENT SECTION 0.25' HMA Y2", PG 58H-22 0.17' CSTC 0.42' CSBC NOTES: 1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT REV: MAR 2019 a"'°' PUBLIC LOCAL DWG. NO. Fg&Mg My WORKS 3-2X CROSS SECTION TYPE Y INFILL CUL—DE—SAC 2' L.,5' 12' 12 12' Util. N N Util. a a Strip f Strip fl � 24 38' MINIMUM PAVEMENT SECTION 0.25' HMA )Z", PG 581-1-22 0.17' CSTC 0.42' CSBC ' SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB. USE. THIS SECTION MAY ONLY BE USED IN CLUSTER AND SHORT SUBDIVISIONS WHEN ALL OF THE FOLLOWING CONDITIONS ARE MET: 1. THE STREET IS IN A PRIVATE TRACT. 2. THE TRACT ABUTS, OR WILL ULTIMATELY SERVE, FOUR OR LESS DWELLING UNITS. 3. THE TRACT IS LESS THAN 150 FEET IN LENGTH. REV: MAR 2019 ca1w PUBLIC DWG. NO. a ❑ a �U� WORKS LOCAL 3-2Y CROSS SECTION TYPE Z CUL-DE-SAC TERMINUS BULB 3' 5!: 32' zb a - j Ufil. N ..Center Island (Optional) LA Util. a Strip Strip o a ie= ii= 90' 106' MINIMUM PAVEMENT SECTION 0.25' HMA h". PG 581-1-22 0.17' CSTC 0.42' CSBC NOTES: 1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT • SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB .. CENTER ISLAND OPTIONAL — AS APPROVED BY PUBLIC WORKS REV: MAR G11w PUBLIC DWG. NO. o 0 o O WORKS CUL-DE-SAC 3-2Z Q7:1 of m 0 N W Z r Q r � --r_ — 1 I- ----T z ¢ I I o 0 ao zo \ I a may Qa \ Z m o I to \ E I Z),n a Jm \ m W x w (A 3~ _ 3 ww> x� w�U xocD,ri v O W U U J d O Li an a- O w w o w¢ O m tno Otno j Wmz Z LjJ J3mW � \ w go W 7 w u W 0 \ 33 WmUtn 0 o m o c� o d j m m W m a z J a ¢ -- 0 zW r � z po w O O I ��M 2 J U Z o w oa ?u 02 y Nao zN F zmti z 0, W "' z CL ti 2 z o a o x I w U to W 'tmrJ}• Xw a Z W is Wtntri :� :•f: LLjow aY wp�� J 00 Lfl-cc x I � �.¢ • I z Y~m I ;,VM3nI80 i w 210 �� a U� 3�U dwva 8ano _ oo mo a o z inQ� ti m r ¢ w w m ~ to 2 � La Z) Oct U U to z N m "' z z_ Da w ¢ w w x o W r J 'z O o Co r r z 2 W > w No zao zm z Jo z¢ � 3 Q o W x 5mUw Ewa ar Om O O x mow o oVz� Qx Lnn� o� w ¢ d 33 m 0 < oO� Z �mr to g0 �U lY tx/1 m �� ZQ O o O o 0 o w m � W O W w �ZJ+I , r 3 �j x= Mj ,00 <WW O W �� � Q : OG) of00 irL) LLJU3¢ 0z �w � ¢ 3 o Z) atom a I a3 Y o ' OZP m tl'Q coN� r W W W 1 J mw m Q to NQo ¢ mrtn > \m w0 ujj w a�W \QJ Mo'� r x Z 2 M2¢ 0_Q Jim Z W x O r XOW wrr w OWw 0Dza m11 �Z 0a J Z wUV1 Ln W U d W OW Q O Y¢ O \r Z ¢ ¢ ~ J� H HJ_ amU w 0 r J Nj7 3 . �( m N w to z m N W = x O 1/'1 Z w Q N 7 U Lon ! OZ 0oz ozWZO dwr O 0w �M. U Zo i. U 0 U- N x� r¢ U r 0 L. Z Zau ZaZLn oQ ?rFZ NZ J Km 20 to a,: tnI o W O w O H Z U O W w J Z Q 0 a O , Om gmo� �zo uitn? om3 O9� a ¢r 0 ti z9- t o j N Q r r Z 0¢ Y O J o Z t o uj to U Z W V, 'n O to < Z z o� _ Q I Y d mz a NUl O to W- Z o-N (nU -a- > JfY wQQ w¢Qv 11~Q O?N WaW d� z JU a ..Y�„' Wz W ztmm zW3�� xv3n: OW¢ zW¢ x¢ 0 J I \ og r ¢rtn ¢rW WO_ Wrw� ~ool ¢r< w 2 ¢¢ NIl 0 ¢o o Jw aor x Qo w o z ftl CV �tn z0 Ni. cn to a w •n f¢ 6o ri t10Q U YJ m o a3 O N m U. O F Z W 4 f Q• U �v O F J W in O w O O W O 0.• U U Fn U = N O W \ 0. to .> F- a ' m K a_' n w � .9l O m 48 W o oafI 0t'N-1, , L naf LL f U Q 0\ U w I R •.i w w N U 4 Z I > a•_' m � '•E U a O 4a Z o Z •9 a U O O of m of Z W pQ U o w \ w 2 ~ p , Fo W LLI W a �• N Goxt''.�jIIIII ❑ • • o U .li/L-L-�i I Z *z Z AtlM a313nviti ja 3�aa Z) O •Z l 9 I 1 l o th I o I Y I o 3 m O U Z Q j z = a W 0 rc m o z n n o � n w � I � W 1 VI 2 N n � y � a , O a0 m w Z) U w F- w � r Z Z 00 U Z LLI Q W f' ga w U U Z 0� Q --ja a 2 w m� Q ya d O 0 w Wc� a � Z agg _0 F- X ax W o W 7 H O U o Q a. Q N .. �z t. n LA • . J( Z W � 2 • � U U • nn J H W F- a W W 5 0 O w l,J U of Q IL J 30 af H L� z W = m N W U L, -1 0 a w g of O mZof O � U C7 Q Z J H Q N X a N W w W Q H Z 0 � Q O � U w w 0 F W F. U U Z 10 U U F J z mW a�a m a Rg$o U z S x Lzi (LLj /i cnm o w Z � m mth X 0 W W�0 tc300 3 W = O U C Z a a � F- W 2 �W V N J 1=I W/ V W W F" Li F- F- X W o0 Z Z MQ Q NW I.L V I I UY J Of m0 a3 EOG EDGE OF PAVER SHOULOEF 12" SHOULDER WIDTH 6'-O" (MIN) W (VARIES) (TIP.) 1 wi o� zi it of it �� nl inx wI U U 0 �I OI w of w �I p _i wi 0.02 FT,/FT w 0.02— , FT,/FT. I limi_ NOTES: 1. COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY BE APPROVED BY THE ENGINEER CONSIDERING BOTH TRAFFIC SAFETY AND THE ACTIVITY BEING SERVED. ALL COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN EXPANSION JOINT LOCATED MID -MOTH. SEE KCRS SEC. 3.04. 2. PIPE SHALL BE: A- SIZED TO CONVEY COMPUTED STORM WATER RUNOFF, AND B. MIN. 12" DIAMETER, AND C. EQUAL TO OR LARGER THAN THE EXISTING PIPES WITHIN SOO' UPSTREAM, AND D. BEDDING SHALL BE 5/8" MINUS CSTC. 3. EXPOSED PIPE ENDS SHALL BE BEVELED TO MATCH THE SLOPE FACE AND PROJECT NO MORE THAN 2" BEYOND SLOPE SURFACE. PROJECTING HEADWALLS ARE NOT ACCEPTABLE. 4. ALL PIPE SHALL BE CLASS N CONCRETE PIPE, AND SHALL HAVE A MINIMUM OF 12" COVER. 5. PIPE SHALL BE INSTALLED IN A STRAIGHT UNIFORM ALIGNMENT AT A MIN. 0.5% SLOPE (0.5 FT PER 100 FT.) WITH THE DOWNSTREAM END LOWER THAN THE UPSTREAM END. \3,1 i a 3I 1 O t#� I �I POc518L�- . Ex1STING �M nanrFWAY WIDTH MIN. MAX. STIR. 3-LANE. 2-LANE 6. PIPE MAY BE OMITTED IF ROADSIDE DITCH DOES NOT EXIST AND DRIVEWAY DOES NOT BLOCK NATURAL FLOW. 7. DRIVEWAY SLOPE SHALL MATCH TO BACK EDGE OF SHOULDER, BUT SHOULDER SLOPE AND EDGE OF SHOULDER SHALL NOT BE ALTERED AS A RESULT OF DRIVEWAY CONSTRUCTION. B. PAVED DRIVEWAYS SHALL BE PAVED THROUGH THE RIGHT-OF-WAY WITH 3" (MIN) A.C., BUT NOT P.C.C. 9. GRAVEL DRIVEWAYS SHALL HAVE A PAVED DRIVEWAY APPROACH BETWEEN THE EDGE OF PAVEMENT AND RIGHT-OF-WAY WITH 3" (MIN) A.C. ONLY WITH DIMENSIONS L=W. 10. SINGLE-FAMILY RESIDENTIAL USES SHALL SURFACE THE FIRST 40 FT OF UNPAVED DRIVEWAYS MEASURED FROM THE BACK OF THE SIDEWALK OR PUBLIC RIGHT-OF-WAY, WHICHEVER IS GREATER. 11. SEE SEC. 3.2.13. REV: MARCH 2014 c <\am OF PUBLIC SHOULDER & DITCH DWG. NO. FkdMO %fty WORKS SECTION DRIVEWAY 1 3-5 ¥ b e )) \ cr § o \ \ k \( \ A � ' k \ \ k n cr §$ LA ® LU - • % s G % 77 / § § e ( �§ ]� 2% o \ �_ § § \ ' 2. J \# °2 �b §» cr o§ \ a \} - ( P § U / onko c & k� )k [\w, 2 i§ \ \ « ' �\ w AL c M ul 6 § : §} £ 2 w / . -o /m oi uo LU N < kj ux e/ /u _2 L m G( 2d \ § )) / ) )] ) L) 2 j z � w! * r / { / » z 2 kk �� _ & � � & 2. 41 § � ' « , < z tj aQ 0 � t � � � / \ \ Ln j 0 _ k \ ± � d zCD d ' ■� � gG 0-k � � N N z Q Z Q � � a i I n x W a i 3 W s a 3 a4 p W t� w cr w o Z w ULa ' �• ' 3 Z F o N Q rj W Z a. Z cr O O N = Li U U W A C a f=7 W W a QJ<z mQ to W Z z W FQ WU I Q J� a O_ LLI~ > Y r7 ZL'O'xW 0 Q 1p NO 3 O N D=W>JN Z N Q O . /. CL o �L a NNx ='t W o ;�• a w 3 z N= o o� n a x ? O�_ w Z • • O N J NQ > a F d j�• •/• O CL • z� > z a > 3 2 cr • W� 03 oZFOW 3N > //'• •/ • WSJ O m J W li J Q U a Z Z a' O J Q �• a' JU W O¢ U NANO pLU•' Z N Q O" Q •�•• 7 . 7Z ZmWjzZ �_ z� X 3 N J La Z Q c�i Z Z W of / tr Uf `' c) af a t� W • �.) ry IL - L) W a 1.1N W aZL2 N ~~ p ZZ = I- 70 �QL,ia W mr1 J Z / OU ui D] < OU W N La � 1.1 l U U W LLJ J / y N W 'r'k11 0 � cV Mi v vi z W rV O �7 y • rc �,fti / '� 2 C� W . • u 3 W yal cif• I U •� • J � V=� N o • 3+' 2 i t a i En 2 NO W (aj J Q aWa • /• F i' x n Z2 Q U U Up M/388 ](]VaO x Ld W T Nn oa n o 7 t h Nv •/ y�j 0! 2 o OD U U y y a z X W G LL J 5D U 13 Q a°� �a Qa �a m Z J w Q V W v p � r .0 Z a LLI - w w U W WN WI+•i Wtw/Id Z �Z o m W O Z inQ ~LLo4i a� �UQ o� Uw 0 % L Q W N (10 V) } r i o / n } Q W Q r O � U c LLNd U Q 0 :c 3w c7 vli0 3 p Or OS� W 2 U p 0 Z } a o� Sa 3 3 Q01n �~ Q Z O cn r 3 z rc= I I • 4 w m o W Y N V Up U w w w O r N 3 1•• W J r m Q 3 Z Q" Q w H Z Z U r J 0 Q O U) N W In } O j W V) Y Q a 3 Y l/l o 2 O Qz— w r a U a U N U w Q O w m a Q D r x } F u a 2 Q Z < Q Z a Q o 0 f W J ❑ yWj W O 3 Q D 7 W N 3j I. 1 J�O O �-% O O Q m W 3r O twi) o LZ 7x L) 0 uj z r O WG Q Q M UI 1 ¢c+ W W O LLj W O�J� � �cl � x rj �z Zr JZ Zrgp w w Qvi < • �0 �U \t��� wa N Zz Z �r uF • • O� wZ ¢ZwQ (A '"� 00 x OL. w s� b Zj w>w0 w00-j 0- N ZZ Lj w O=�_ i W J U W FA M. V) �% r O Z W W J N 0 irDrn= wwOfA r0 O OOO w Z) w Lu LJ F O Z QU UC)Q Qr V) L) L) I.� V) Jd' U r I D N m� Q3Q W O N W O N ice) 4 !(7 t0 I� c6 L)Z 1 I I W W a J f7 W z sE� II a a J 3 3 3 I I W o W o I I• � I � o a cc � I = n I 1 3�W I NNz W I W I W z X u I W Q �� r5i7 I oIr f u W ¢> �' ' c• � I ,N„ p i e rcu Q I I I � io io Q I v. a Fg Z Iz u d zir ,I 1iW c aM En W .7 ¢ 3 �sgsg�� WNM WO LL 3 N I I �N K 2' ! d'U i ONn K �U FU O zoo zNVI =0L7 z 00 00 UU o rgi mob L) NO W^ O 2UU L) K U UHF w L) 3 Z N io io 9 o � I _ z Q N O j SW N Z Q m 1f1 U1 z W 1.61 I.L W W v Ld Zi Y J � m0 a3 CEMENT CONC. BARRIER CURB 5' MIN. TRANSITION SEE NOTE 2 SIDEWALK SEE NOTE l� EX. SIDEWALK LK PLANTER STRIP•-•-- CURB8r------ GUTTER — DETECTABLE WARNING SURFACE - SEE DETAIL CENTER OF RAMP AS MARKED IN THE FIELD N MIN. 5' MIN. TRANSITION SIDEWALK DISTANCE WILL VARY - SEE NOTE 1 SAWCUT MATCH I I LINE (TYP) EX. SIDEWALK PLANTER STRIP DUMMY JOINT (TYP) CEMENT CONCRETE BARRIER CURB PER DWG 3-4. TOP OF CURB TO BE FLUSH WITH q MAN TOP BACK OF EXISTING SIDEWALK ------\ TRANSITION SIDEWALK (TYP. EACH END OF RAMP) SEE NOTE 1 EXISTING SIDEWALK Q� a - PLANTER S A NOTES: 1 THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN THE CROSS —SLOPE PERCENTAGE OF THE NEW AND EXISTING PANELS. (I.E., EXISTING PANEL CROSS —SLOPE IS 4% AND NEW PANEL CROSS —SLOPE IS 2% FOR A DIFFERENCE OF 2. 2 MULTIPLIED BY 1 FOOT = 2 FOOT TRANSITION SECTION). IF THE NEW AND EXISTING CROSS —SLOPES ARE EQUAL, THEN THE TRANSITION SECTION IS NOT NEEDED. 2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; OR 'X' FEET ® 8.37. (WHERE 'X' IS EQUAL TO THE LENGTH REQUIRED TO ACHIEVE 8.3% MAXIMUM SLOPE), BUT NOT TO EXCEED 15 FEET IN LENGTH. DETECTABLE WARNING SURFACE (SEE DETAIL) DETECTABLE WARNING SURFACE SHALL BE A YELLOW, UNLESS y SPECIFIED OTHERWISE", Al MIN MAX 1.60" 2 40" 65" - 145" 0.90" 90" T 40" 0 20' PLAN Wj � C ID — ELEVATION DETECTABLE WARNING SURFACE DETAIL MAR 2017 cavOF PUBLIC CURB RAMP IN SIDEWALK DWG. NO. p D e 0 �ft WORKS WITH PLANTER STRIP 1 3-8 CEMENT CONC. BARRIER CURB 5' MIN. �'4' MIN- 5' MINTRANSITION SIDEWALK ._ DISTANCE WILL TRANSITION SEE NOTE 2 (TYP) SEE NOTE 2 SIDEWALK VARY -SEE NOTE 1 SEE NOTE 1� xQ < x< SAWCUT MATCH EX. cv cy < LINE (TYP) SIDEWALK — — u — 00000000000 — EX. SIDEWALK 00000000000 00000000000 00 0000000 CURB& — — — -- ----- GUTTER_ f— — DETECTABLE WARNING_j SURFACE - SEE DETAIL L 5% MAX. DUMMY JOINT (TYP) SLOPE CENTER OF RAMP AS MARKED IN THE FIELD CEMENT CONCRETE BARRIER CURB PER DWG 3-4. TOP OF CURB TO BE FLUSH WITH �.M/N � tiTIN TOP BACK OF EXISTING SIDEWALK � TRANSITION SIDEWALK J TYP. EACH END OF RAMP, AS NEEDED - SEE NOTE 1 EXISTING SIDEWALK a NOTES: 1. THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN THE CROSS —SLOPE PERCENTAGE OF THE NEW AND EXISTING PANELS. (I.E., EXISTING PANEL CROSS —SLOPE IS 4% AND NEW PANEL CROSS —SLOPE IS 2% FOR A DIFFERENCE OF 2. 2 MULTIPLIED BY 1 FOOT = 2 FOOT TRANSITION SECTION). IF THE NEW AND EXISTING CROSS —SLOPES ARE EQUAL, THEN THE TRANSITION SECTION IS NOT NEEDED. 2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; OR 'X' FEET ® 8.3% (WHERE 'X' IS EQUAL TO THE LENGTH REQUIRED TO ACHIEVE 8.3% MAXIMUM SLOPE), BUT NOT TO EXCEED 15 FEET IN LENGTH. DETECTABLE WARNIN( SURFACE (SEE DETAIL) DETECTABLE WARNING SURFACE SHALL BE A a YELLOW, UNLESS ( R SPECIFIED OTHERWISE- AI MIN. MAX. A 1.60" 2.40" 0 65" — 0 45" 0-90" 0 9O" 1 40" .20" 0 20" PLAU �i F D ELEVATION DETECTABLE WARNING SURFACE DETAIL MAR 2017 agy°@ PUBLIC CURB RAMP IN SIDEWALK DWG. NO. o 0 oBW WORKS NO PLANTER STRIP 3-8A 5' MIN. 4' MIN. 5' MIN. TRANSITION SIDEWALK TRANSITION SEE NOTE 2� (TYP) } SEE NOTE 2 tee —DISTANCE WILL SIDEWALK VARY - SEE NOTE 1 SEE NOTE 1 x SAWCUT MATCH Eh. N N � LINE (TYP) SIDEWALK 00000000000 EX. SIDEWALK T} 00000000000 00000000000 2' 000j00000000 CURB& — — — —— I I IF I — — -- GUTTER _ _ — — DETECTABLE WARNING {I~ — SURFACE - SEE DETAIL L \/ 5% MAX. DUMMY JOINT (TYP) SLOPE CENTER OF RAMP AS MARKED IN THE FIELD TRANSITION SIDEWALK TYP. EACH END OF RAMP, AS NEEDED - SEE NOTE 1 .� d- EXISTING SIDEWALK NOTES: 1. THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN THE CROSS —SLOPE PERCENTAGE OF THE NEW AND EXISTING PANELS. (I.E., EXISTING PANEL CROSS —SLOPE IS 4% AND NEW PANEL CROSS —SLOPE IS 2% FOR A DIFFERENCE OF 2. 2 MULTIPLIED BY 1 FOOT = 2 FOOT TRANSITION SECTION). IF THE NEW AND EXISTING CROSS —SLOPES ARE EQUAL, THEN THE TRANSITION SECTION IS NOT NEEDED. 2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; QR 'X' FEET 0 8.3% (WHERE 'X' IS EQUAL TO THE LENGTH REQUIRED TO ACHIEVE 8.3% MAXIMUM SLOPE), BUT NOT TO EXCEED 15 FEET IN LENGTH. 1-5 DETECTABLE WARNIM SURFACE (SEE DETAIL) DETECTABLE WARNING SURFACE SHALL BE YELLOW, UNLESS E SPECIFIED OTHERWISE-- O MIN MAX 11, 1 60" 2 40" F 0.65" - C 0 45" 0.90" 0 0. 00" 1.40" r O- 2 CO 00-20 PLAN T_� �D ELEVATION DETECTARI F `AIA "NG SURFACE DETAIL MAR 2017 w PUBLIC CURB RAMP IN SIDEWALK DWG. NO. MEMO My WORKS NO BARRIER CURB 1 3-86 r_ � | _ ; e 2 CL $ ! Ir „ -- zz �— — a s XZ _ — — — •� 2 ) z s c0 r ! I - _ I� kl I e2\ \ \}} B�} B ow I l !k )} )/ § >. eu (A§ °/ § ) )k - ' -w / § §k . 27 k§ § ■kb ' — —�— — V) ) cnoe �j §® k®§■r §\ k2 §s k �k, k , � , a_ »_ ■ § ■ §� - | §■ - 2c% § )§ <§k |k ■ 0 z� L . ■CII � Z 0 � Q � 0 J CL � � � � � � Coix 22 a. 2�� � � � - �z Eo.0 $Ud k 0§ �§§§ CO ID 4z 3§;k§j i �CL \3]2 U dƒ -,OL �� §)0000 . \¥ \\§}§ & §'o { j �$ y£` §3U 2�GG< §-z�� {tn§ cr]){< �G� R§3<m 2$& §§ }�� � °�� �cz C k\¥ 04$ -JE -�-z� zo GJu>G • - d com §§§�§ b§ ZR !§ $�00CD ■� ;sU � B � §c HE �§ 0a : 0�. CL��/ W Kz % Z§ L� 22 CCU kWCL §k \ ƒ a ±A a: tp _2 ® a § 2Q � BO $ CO) � 0 �: Z U) �2 NI § � ƒ� \T \\ 3. } .� o S/§ W,K6g < § i §1 z ' > \ S± k@§2a z \o}k OLU `� \ 0 \[§/W ƒ-JW @ ca#d w±p£w §kt k2IX )§§ §k§)( §Lu� - --- ��� • • zz� 5B°�� LLJ%2'%k; aLU -M$77 y\ 0 ����q ■ k Lu �Qk�kk 11� ��»2} (D �moo_&/�W o�= ®, WEo MzzuM �e o= � z± )(� G&)\G ® 0Of$ ¥@glƒ ( 000- ee(1)«e g w w ( § cr hk n) )) a$ �\ \ f §/ 2 z f 2 a `N { o 3LU: N § b f 2J o \ «ƒ $ ��z /} . \� ` jno \ \ /\ _ !S . Lu ] , ¥9§ ) . �t LUm \� wm . §LIJ } . \ !» ! },O nm § r0,co ■ t4i a J b ti W :z Q O < z a m CD W t �M z WWI Of m U D7 �'� a Q c,-z. x. a z�< <�� Z = N Fl W o5 c W J Q O d m 3 w of 0, W Q Z Lj wwoo zmaa p O o r—!T <0090°0000no°000a°o99 o00aovv9o*090 ovaD DD999 A0 1 V ava 000❑pp 909 °9990 V a 9eD DooD Q0eoo0°e°v°oR lu ]� h P v u O O O a. b!' FOa Wow ay a W '�MIO ` m oDp¢ oZ ��o Q o m 5 11 o N UN j2F N H 1� Q o �� NrLL U N F�2 O 7 QO yjW O K UW zpW W70 Jm0 o�pc<a �a�� VF aO zs- °Cz WW C0 O1'r � m= aw OtA VI 4 =O J Wz �zza 2 w 3a7a. • •a • U `ZO m7 UUa wOF It a • 8 n N� N &o OFO oOa+W = z N Wm 2 z O F W W iS �� z�0 Wr y�U Wa UaN NUW 9C waz O a Wz A C S z m W U W W a 4H �K 4NOn �N' Ja�O'i i m' �z FUw a�1,z NU Qy ZUW6 z O Z 7 e W p W U o ZOZO mQ 7Ji Q= U~U "�3 timC NQK2 2 O. aSW WWy3jp W KNZj sU t<y 2tiL3W z K zwoW = K C m ; N N N O N a o O U m 6 VI z 2 7 U Y J � m0 aa3 §f W z z 3 - 0 0 z § e �� z00 k 0 in 2 Ix ~ C 0 0- X: ~ )§ b < ■ § b x uj zI 0 . w <00 u � C) b w a X � � § ui � ~ § w M [ a ` § \ q A z q 2 $ ) V) c 0 wI § ir u < Z I ® i j 0 � / \ V) w- u CL \ ) < � V) , o z I w P �~ ■ La 2 - ° LLI �g LLI ~ % cn w o W o « o v cc LZ> k� 4 q ' 3 0 - �~ z a 2 � 7 �g o § q �« w 3 aI cr < Ez LLJ Yw / zw uj7 Io kk LLJ U Zi LLJ z u 2�2 < #k u o . z_ C4 F40 ' / 0 N � < > & ƒ 2 N $ M O Z 0 � � W � Y J � W CO u(A }k Nil \ W 3 2N r5g�� x 7j Q �LL r o rc �, 4 Z o z ¢ a Ww=W z M t7 >ILI p?O � w20 yl�a' �Z<� �pm U W oaWw AoaW ox Wp0 z UFa aaz1 goa J Ln57 Wal�/1 �WwW Waz� N 4 K m r 7 W <O L) > 3 W0 > ZWwLno W p W Q 0 r i U f O U O z wand= as=1 �a�12 zps> tn N pO z ern Y '! O = 1 G x o o �W o LL�W mob& �o DD Ad Wa LL u� I v Eon I �� Z o ui rc a j 5s ���b' q3o N o _ a o zo j3 -+C.: O^0 a j WO H W� LLa N� vWN 3 o OV p< oW (A 0VI 0 VW OVYIN W 2 6p o 0 f a .1 o o \ z g 3 � o , 0 zM d 7 � M G W J U c~n Q 0W _0a cn LL J 00 LU V v+ Q <0 Q W J u U Y J a, 00 O a3 Z Re 3: M C _Z 5 Z J Z O i V 'W A w LW i Z U Y J m0 a3 I 4 J a W J a�a W W O p U Z C7 Z a cc a J W o J O U w U (n - J a p a Q Dwppw p L� �a l�UU � �av g Jnz z�zLLJ w�ga o p a m z W U �o N U F- p -FpJ w(n _~ mW=L� }_OaO LLa WA }- a wof N Q Q W W W =mm (n W p F-Z N p� W a (Na J J ~ Z~ Z NO � W H LLJ o J W as O (.7 W pQ a Cn N O O o F- J U} a= Z J Z_ Of Cn Z - a U Z a W a U Z a W a a Z2=(/) p aw�U z� L�Ja °'� Jo QU maLLJp 5QU a m p> p Cif a F pip Q of a��Z �O J� � J Uag �N W NNW O J V) p Z a ?� a a Z J U A W � W F- W H F a Z LLJaa� (nw �LLJO p p p o O (n H aZa p �aa } w z (N (nH w C�� W N p w O a' w � H U gw a m z N a I—(�W p m O a cn O W p NO W p a I O a' F- U�= U(nWO aw wJ W Z Q I J (n Ha WC)0 U � LLJp0 z Wp0 �i(nz 0 O m W Z -i(n J Q-i Qa QU z FW- 3: as U LLJ �(n U p U LZ U e (' CO N a m (n U)a �fi (n (� i I� La 00 N Lai W J LLJ a z z � J _z a z JO = JO J� W Z � L j 2 � r W - W O W W Z \ 0 p � �L,JJZ - w It 1 1 J U Y J CO of a3 iq LLJ w U a O ~ m z J w z z O (D LvOf w z QLLI Of J CD 0 O Wz �w � O W �� O� (Arw OJo }OZ J p w Z z - IJ J LLJ w O O� LLJ U) .. J — - W ZO ct (n a J H Z v - LLJ O Ln Of U z O W W e J z � a J d J af ^ J O (n z- W H m N z Ch (If r w w z V) C4 N LLI Of r N e w LLJ W � r 1 W LLJ a F w O eaf O Z H r w m — F- U L- LL. U LL. .. U LL- U D!f v Of af of LL. O w z (.D w O F- LL) LL- O z cp W LL. Z w O W � p z O Z J w z cD J O Z Z F J N U w = z i- U w O H w ~ O w� t::O 2Z p U ,,iJ a F- O =z - w N J w L �z - w 03(A IJ - W W Of W - W 00 V V 1 70 r J Lii 37 ~ N O J p W �~ N OZ Q v z LLJ T d W LLJ w El -1 ON LLJ LC-i Z F- V) � pp J � 00 w J[If LLJ w �J w / O _ Q N N O Z z J �� (' i NLLJ J } 0- W Lj W 0 — C) E N J Q W w w W H a_F- O Cr) z J u M 0 0 M Z co 17 3: M 0 U f/1 J Y a3 I N 6 �? Z w 6 Z ® Q °' Z O aci o � E ® a m m� LU 3 ® Q c c w on _o o a N Q 6 E ® U Q D� O 3 cm 3 3 E c O' 0 3 a) U O N 0, f- O a) Cl a D 3. Z U D c ° W 5 O°'��� v r o 3 c 0 N D D U 0 Cl. T ~ c O O c D N - U u t 000ab� 2 Q-.F 3 + 0.0CL a)_-`D D�� a ao3 03 0,— a u u n u n o a) i T.a o � yaOojcldy 0 U D7 U O cy— O 0 >- N m� £ uui =1 o aa)i 0 ® ®I Zu— ® Q J Q W a� D a m O D) U c O D 0 3 L a U _ D j 0 Cie C O O N fl O Em° W D 9 U ::EU ® 1 a 0 m O N D CL a)OU Q 2 U (n J Y m ix O a3 _ ? 2 /\\ § % f� j\� ® �`{ $) - Coe /§) . 2ua EE )Ef b( ) =:o f� w aR ]_- oc ! ;{2§ }k \ƒD §: ) 2�a- at/[ )) �5$ |\2 Z§ CL c 0)2 OL=t °c A& \ £fit% {2c ( it @\ \\\A )/) z w C� n » m , \§\ R2i .� �., 22: _. } �, ! �// \)� \ ) . 00 »f zG � , $ %] &2 , )\ )$ \ $) co, , \ / ± !o § o a , 6 Z ! . $ t e Q ) \ £ E \ . , \ §■ (D I ° & f \) ® ,., § ® ' & ! a)/ L « !a(a) °(D7)cc, ) , e / 4 / \ f» \ J \\%\$)_\ {\ , i $ k\\�\�\\ \k {\ ° ( ' < 03:0/f u0 Z) , 2 2 ,$ _ /. ƒ , « ¥%± © ¥ , , ]\§ % 2ow \\ £| &/ j \ ,�, 0 I & j{ _ t !) o. �� I! g- »_ > . > Uo \f«$ ',� D }\kk OL t w! § /\ �/ /0 \z . oT Q. �k \\ °} � \e E n }\gym)\%§R■ 2 )I}w�mr�a_ /« £k£kt£k � f\ \\\\\\\ � �kk&2mRWkm ± A=}����� � $2 k#£ttk\ � )� \\\\jj\ � ®aw2o-Qc2 �oGo�)§R` e�mm� a q 222kkktkk\ ®))\\\\\\\ 9 O N k � a 0 z z a m cc a� E c 0 L ry C L N U U 0 N I z N J Q � C: (n �r � LLJ Z J r7 0 J J Q Q d Z c U LLJ Q � I a N 0 o 0 O Ln LLJ 0 N CL N N I I 3 1 m i � w g g o N CL a- r- c � Y I o � � 3 d l J V) a a p 0 Z 0 z (n OL C T O Q Z 0 J Ili U U (D V) Z a N I- V) m l CL c V)ir a O U� O N~~ 0 0 z p CA U V)3 M W W V) W W� V) ~O J V) Q M I I z N J 0 J m N 3 N N W } >- C) VI V)V) N V1 1 N W J J J Vl J W m N (n 0 W J 0 V) a w z I 0 Z m 3 C i 0 0 Q a LLJ w CL z z LLJ U Y U J m W UO a Q = In z W Li- LLJVI S _ YOf m 0- d Z r N � M 2 U Y J m 0 a3 —j 2 FOOT WIDE, Xt" DEPTH 14'150' (TYP.)-7 ASPHALT GRIND,— TYP. BOTH ENDS (SEE NOTE 1) zr I�il 3 3 S2 3 RPM TYPE II { RE} x a_ A A a RPM TM E 11. YELLOW - ON STREETS WITH q MWTKEG CENTERLINE (TYP.) _ WjITE PLASTIC MARKINGS PER WSDOT STND PLAN M-24.60 (TYPICAL) i 11I Ir s ZI FaI 8 anvil s _ N SIGN DESIGNATION / SIZE W8-1 BUMP 30" x 30" W8-1A BUMP AHEAD 30" x 30" W13-1(15) 15 MPH ADVISORY PLAQUE 18" x 18" NOTES: 1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES 2) WHEN 2 OR MORE BUMPS, REPLACE W8-1A WITH W8-lA(S) (BUMPS AHEAD) o a m v o M N N ry M VI m O 7'— —1 7" SECTION A -A - PARABOLIC CROWN L2 F00T WIDE, J4" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) STANDARD CLASS D OR 6,. CLASS C MIX (TYP) �1--2' MAxt1APER� CURB FACE GUTTER TACK COAT (TYP) SECTION B-B (CURB AND GUTTER) NOTE: 1.) PRrCR TO SPEED HUMP CONSTRUCTION. THE ENGINEER MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A SMOOTH TRANSITION. Lj a 6" 6" MAX. APER SHOULDER SECTION B-B (SHOULDER) REV. MAY 2015 c'*4o- Sp PUBLIC SPEED HUMP DWG. NO. o 0 0 V��Vt WORKS 3-26 SEAL JOINT EXISTING ACP --\ NATIVE SUBBASE SEAL JOINT EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BAR 25' MIN J '� 1k NATIVE SUBBASE SEAL JOINT EXISTING ACP -r USE 1" EPDXY COATED SMOOTH DOWEL BAR _ PAVEMENT RESTORATION MINIMUM 3" HMA CL 4" LIMITS, 1' BACK FROM PG 64-22 (COMPACTED DEPTH) EDGE OF TRENCH OR MATCH EXISTING (3' MIN. WIDTH) WHICHEVER IS GREATER EXISTING BASE 1' ACP TRENCH 5/8" MINUS RESTORATION FOR TRENCH 1.2ACKFILL PAVEMENT RESTORATION MATCH EXISTING DEPTH LIMITS, 1' BACK FROM PCCP PAVEMENT IS TO EDGE OF TRENCH EXCEPT BE CONSTRUCTED PER IF WITH 3' OF JOINT THEN WSDOT STANDARD 5-05 REPLACE TO JOINT 3' MIN. WIDTH 15' MIN m • o d a _ PCCP TRENCH RESTORATION PAVEMENT RESTORATION LIMITS, 1' BACK FROM EDGE OF TRENCH EXCEPT IF WITH 3' OF JOINT THEN REPLACE TO JOINT 3' MIN. WIDTH `- EXISTING BASE 0.5' BAR LENGTH 5/8" MINUS BACKFILL FOR TRENCH 1.2 -MATCH EXISTING ACP COMPACTED DEPTH WITH HMA Y_?", PG 64,-22 MATCH EXISTING DEPTH PCCP PAVEMENT IS TO BE CONSTRUCTED PER WSDOT STANDARD 5-05 15' MIN. EXISTING BASE ' MIN. NATIVE %i/rl'q✓J,J- %'%'!'i:w �►�r �w��:�:�'L�:":+--�a� :�:�:�.,i/,7 i=r=i=:�5.ti LENGTH 5/8" MINUS BACKFILL ■ • ■ ■ ■ O. TRENCH 1.2 TRENCH ■ ■ ATION NOTES: 1) FOR TRENCHES LESS THAN 18" WIDE, USE 100% CDF FOR TRENCH BACKFILL. 2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT-OF-WAY SHALL BE MIN. %" CSTC. JULY 2014 PUBLIC "9� DWG. NO. � p TRENCH RESTORATION omoMy WORKS 3_28 Y z Ld W a a o _at 4� N �a 0 W „9 Q N w i Q w a J. Z c� ia WYW F O ga L� + •n ars3a a aN 3 m w a T;Qw J0 �0owv=i a 0 rtnz�m Q o WZ ^ �M�cr ¢ SOW w r WW Q OZQ� o w Z Ofg Z o Opo� o z D zZ w Qwmmw tL Z0 U�o Q U O OUP Q Lj OM Jca jr Lr OMO3 O J Z O Y Z 2= W O Q t/1 m J x 4j U7 W (p� K 0_ w V1 W H O JUW �mmm �~ U N JJJ W (/1 W OUF = U' (n� Z H Zp2 wp (/)'Z x mm m m� �SOl 01 i W W3 U ¢ W W W QQZ¢uj J� WVU� 3{O�n J� J M Z a o 1> '$a D:rZQo O O x oWwj N>'^ o c I o w�3�v1 in m a aW�Z 5 Wa W W J , O J 07 W� Q 0 WLj z 'aU_ cr sa 'Lu < -.m av 00` Ld aUU� Gw o w o �JW¢tn `` L) ¢ U w U m ¢ 0. O U f/1 U 313a0N00 0 d z F- Q o w LUM60 m z in ' •. Zi m S Qp U Cl- W .L■1 1 1, j {Q-+dZOU� j�}WHZX ¢ w0_'vl¢ W Q r Wo i J _ 0 Rw r ►r it \\ ,� 1} j i I n a , .'I i l i � � Ir �� I I ••I 2 W �F W a rcppz _S - � ZM r dU . . ZO 00 z�U •. U •' 4 Z W I 1GL � • • Y� • U •f O W W ��� • •\• ••Q -z - w � x N K g 0 z to M M G U YJ m 0 =a3 I Z J V1 W OQWw wZ � W J U 0WZ oaOw O zioz Y N W U Z Z w O W O O O W w= m W > J O J W J U, U o C 02- ZWOMI N0-c w V/O m J - N0: J W W Z Q e m m J m W_ � U m w w= �^ a JW�=O -,-ow oz oa Li x f/1 oa�wz L/I W F l� D oa W Z O OQH Lno W cn H JMr1O iw QN mVl W M X a= N p�Or U La O'n _ ma �m�m0 �ai3 um Gi 0 N M � N j Z 2 U 0 -NIN ..8/S L • • '• •.. • y r - ELJ Z J ? io Zf L o� n 0 9L/f Or Z �! w m L.� N 0 Ln N (n ~ m 6* 0 l� o � I m z Z a w j LL, Zj0: Z O (n J w Y w r � O ZOL, V w O U OU - QJ Wi:Q 3 m Wn (L I ::) M 0 < Wxlq =F3_Jo Q U w a W 'In: F J toz Q .w O Z L) O Of O a a N LL NmOd O -j m zL U 1 W r Z W (n �N -j ZZH II m m L W ::) r z �Z3zoz Oi�o�J�vL 3Qr� a zd'Q — Q p Z o O m J W Q 7 Ld �=Qo�w N w Z O Q5ZVww O Q a U cr (n W H Z X W c'0<WQ dAi n WE I ± Y �� " �I' N� L I_ ~ ,8/5 - 9/ r WC C Z SO G \W I'.fAi VJ Q O w LL LL O U Y J � m0 =a3 CITY OF FEDERAL WAY MONUMENT RECORD MONUMENT RECORD NUMBER (TO BE COMPLETED BY CITY STAFF): DATE SET: FT) (M) DATUM ELEVATION: (FT) ESTABLISHED BY (NAME)- (COMPANY): LEVEL LOOP. PRECISION OF SURVEY: ORDER. CLASS. LOCATION: SECTION TOWNSHIP NORTH RANGE EAST, W.M LOCATION DESCRIPTION. I I SKETCH (INCLUDE ANY REFERENCE TIES): NOTES: PLS SEAL: JULV 2014 �amm PUBLIC DWG. NO. WSM0 Way WORKS MONUMENT RECORD 3-37 Marking nail some side as cleat 8—Penny Duplex nail. 30" I 11 II [t II 2B,. [t II [ IM II I It II I 13 II A I Cleat 28"x3"x2" under sign 4" x 4" Post 3 NOTES: Direction of travel 4" x 4" Post Finish Grade Two double headed nails Aluminum cleat attached -------- directly under sign SIGN POSTS — 1) ALL GROUND MOUNTED SIGN POSTS SHALL USE WESTERN RED CEDAR OR PRESSURE TREATED FIR UNLESS APPROVED OTHERWISE BY PUBLIC WORKS. 2) POST GRADE (FIR) SHALL BE S4S DOUGLAS FIR LUMBER, WEST COAST INSPECTION BUREAU GRADE 02, STRUCTURAL LIGHT FRAMING, RULE #16, PARAGRAPH 124—C, SELECTED FOR STRAIGHTNESS, AND FREE OF HEART CENTER (FOHC) WOOD TO RESIST TWISTING. 3) PRESSURE TREATED POSTS SHALL BE TREATED WITH A 4-1/2% TO 5-1/2% HEAVY PETROLEUM SOLVENT PENTACHLOROPHENOL SOLUTION IN ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF AASHTO DESIGNATION M 133, WITH A MINIMUM NET RETENTION OF THE DRY SALT OF 1/2 POUND PER CUBIC FOOT OF WOOD. 4) POSTS SHALL BE 4% 4", WITH A MINIMUM LENGTH OF 12 FEET LONGER POSTS MAY BE NEEDED TO MAINTAIN 8—FEET OF VERTICAL CLEARANCE ABOVE WALKING AREAS. POSTS SHALL BE 14 FEET IF TRAFFIC CONTROL SIGNS WILL BE INSTALLED ON THE SAME POST. 5) BACKFILL SHALL BE COMPACTED AT SEVERAL LAYERS TO MINIMIZE SETTLING. 6) ALL POSTS SHALL BE 2—WAY PLUMB. 1 C O TOP OF CLEAT } l CLEAT (2) 0.156" 0 NAIL HOLES POST (PUNCHED OR DRILLED) NTS CLEATS — 1) ALL POSTS SHALL BE FITTED WITH AN ALUMINUM CLEAT AS SHOWN TO PREVENT SIGNPOST ROTATION AND/OR UNAUTHORIZED POST REMOVAL. 2) CLEATS SHALL BE ALUMINUM ALLOY, 6061—T6, CHEMICALLY COATED IN ACCORDANCE WITH ASTM 8449-67 CLASS 2. 3) CLEATS SHALL BE 30 INCHES LONG, 3 INCHES WIDE, THICKNESS OF 0.08, WITH A 2—INCH TURNOUT OF 90'. NAIL HOLES OF 0.156 INCHES DIAMETER SHALL BE PUNCHED OR DRILLED IN THE LOCATIONS AS SHOWN. 4) POSITION CLEAT TURN —OUT AWAY —FROM AND EVEN —WITH THE BOTTOM OF THE POST. JULY 2014 Cr1VCW PUBLIC SIGN POST DWG. NO. a Q 0 /mil �1�f WORKS 3-51 7/ 16" o 1 " HOLES (TYP.) 0 1 " (TYP.) �2,Y4 8" O 7 2Y4 " MIN. I 3/4„ 0 �L HOLES (TYP.) O O rWELD (TYP.) �f F� 7 MIN. O O p O -SEE NOTE 1 SEE NOTE 2 p O O O O O a NOTES: 1) PREGALVANIZED PERFORATED SQUARE TUBING SHALL BE ACCURATELY AND CAREFULLY COLD -FORMED TO SIZE FROM LOW -CARBON 12 GAUGE, ASTM A653 GRADE 33. 2) Y4" THICK PLAIN STEEL BOTTOM PLATE; ASTM A1101 SS GRADE 33. 3) FINAL ASSEMBLED PIECE SHALL BE PAINTED GRAY FOR WEATHER RESISTANCE. 4) LOCATE SIGN PER PLAN OR AS DIRECTED BY CITY TRAFFIC ENGINEER. IN CITY CENTER, THIS IS TYPICALLY ALIGNED WITH TREE WELLS AND STREET LIGHTS, NEAR THE STREET. 5) LOCATE BASE PLATE TO MAINTAIN A.D A. PATH ON SIDEWALK (MIN. 4-FOOT PASSAGE WIDTH). JAN 2L] 17 SURFACE MOUNT BASE PLATE AND DWG. NO. �w WORKS RECEIVING TUBE FOR STEEL SIGN C� ' o CMg off POST ON SIDEWALK ALK 3-52 4% [irY OF Federal Public Works Department STREET SIGN STANDARD SPECIFICATIONS SiIGN FACE MATERIALS All permanent signs faces shall be constructed from aluminum sign blanks unless otherwise approved by the engineer. Sign blank minimum thicknesses, based on maximum dimensions, are as follows: Maximum Dimension Blank Thickness Less than 30 inches 0.080 inches Greater than 30 inches, less than 48 inches 0.100 inches Greater than 48 inches 0.125 inches All D-3 street name signs shall be constructed with 0.100" thick blanks. The contractor shall install permanent signs, which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation and parking prohibition signing, shall be constructed with Type III sheeting in accordance with Section 9-28.8 of the Standard Specifications. This sheeting has a retro-reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. This high intensity sheeting shall be 3M Series 3800 or its equivalent. All street name (D-3) sign sheeting shall meet this specification. All overhead signing shall meet the specifications of Type IX sheeting. This sheeting has a minimum retro-reflection rating of 800 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms. Motorist information and parking signing shall be constructed with Type I sheeting, in accordance with Section 9-28.6 of the Standard Specifications. This sheeting has a minimum retro-reflection rating of 70 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. These signs include guide signing (D Series — except D-3), corporate limit signing (I Series), and motorist information signing (K Series). The reflectivity standard of supplemental plates shall match that of the primary sign. SIGN INVENTORY City of Federal Way, (253) 835-2700, shall be contacted within two working days of completion of the permanent signing installation to inspect, inventory, and log all new and relocated signs. OTHER SIGNS Refer to 2009 MUTCD or equivalent approved source. Includes pavement markings as supplement to signing. AOnrnoNAL DUES 10NSIREQLIESTS SHALL BE DI_RECTED To: Design — Traffic Engineer (253) 835-2740 Installation/Removal — Public Works Inspector (253) 835-2741 Sign Fabrication — King County Sign Shop (206) 296-8153 Street Addressing — Building Department (253) 835-2607 REV. November 2014 Page 1 of 1 Standard Detail No. 3-54 § § E_ c z z-wu� «� �Lq o °'9Gm. 2§_ 5 da-wkR~ §�# -j¥§/ < }« }Q§Nu @■2 S) 0®=uzu 6 « _ Fr in / m I § s in u _ 0 `v 3 LLJ �\ ƒ g q2 Lu cr g °<m « z / §/a 7( ® § 5 zg7 go® 9/ 0 3 ±cj q /�/ �\ §\ q 0ou 3 )§ %_ / F \k� <^§ w � z�39c / / j / \ � & < 2 0520 zm Zi ° 2 =Z( ¥E �0 R z — — - §§&2 ■ \ ¥ R \ # z M. 0�V)& �E f g § ` j\ 3) 8 Cr 2 z F § 8 e§ z § 5 �uU)0 MQ (n 2 ) u - � z < b LU §\R 2u ° $ $ § § @ /\ b k § t 7 / $ 9 u # a . <�u z o° �, 2 < _ u� }K)� �^ 2 U) oR�� o2 3 2 > °o §�z0 3c § 0 \ °3�$ �ao� o§ ? <F- ��d2 zooms 3§ § \ nt2 k« z §§o °j < 3 SI (A:u(n ja\6 §w o R°OW o§JG § m «uo2 //-jS z=2 -< I m ) 3§ 2 u/m B LO �CV) � N J LJ Vi QZo 0 2p� Z Q w W to lr W ~ N O W x 0 w N w pZO 0� U aZ� mWN O o z z a <(w/(N w=m WUN� m MMOZ 0=aw aw a O r0 W � N VW�w U O�Q �Q ? Z W QW j Z w Q= Z wzUww 3 W Q 3 2 N UQ ZU) W K mN z~�ao L, ~Oz N ��� O F Z x3W> Q Y J Quj O .. N 2 w p N� U w� m pr _ 3 m N O(n m w is WNwN U 3 QU W W z Q~ L7 0 W W w O N J� H O UZQ QW 22?YQ NU �w w aX xZli2a' W z3 07\ pNp�� HOW y to Jw (.J� Qm 2W NQUN> Q J ,0'0 W L�90- U Z ( QmW Z Z Y OW Z ~-o LjQNalip (~/) Z JQNZ Q3N$]2 Z � a Z. J3 O= m= W pZ o�JmT 9 m NQ W _ mrn~ 0` Q2NrnQ Z ~ m ul= N �pwtnJ N 7Q iY ~ p- NN Z 6 J x QVa< r U U ma J Z m O Q U Q U 2 U a O Q 0 m N O LL O W Z W a L6 N 3 W w U 'n mam'Ma 0 NZJY3 y J U VU �y ='� �P ENO MW W 2m 00 Z O Z r 9UY w W Z m w p VWJ Q9- Z 0 a p U Y-• U O a� w ZW p N l`%,m Z Q Z ? U O aw N 0 �¢Q N U> 0� p 0 Q Z y w N Z N y0 0 a W m m Z W 7 y 0 a w a0a m�0 a�p0}� Za wN NO�wO 0m Oa y o- Z a(w/1 F� rwNO Q� U N a a g z�4�' Q W O T � g Qya Z � Z a O a 2 a = Z =N�mm Q~ La o wa w U U a N Q W a U N Q U w Ii W a y 0 a m y 0 a 0 a Q U 3 m Z Mc w> LOW 0 z Z N M In t0 I� m Of O z W z O Q O R W � w N � N w rc ----7�--T S o o x z � rn tx m U x � a N M r a ''Z V/ a m r a L) UY J le m a0 3 Y J r Vi xq� am CL N w z� Or to � w Z �+ w O W=� Jz �W}r O O a8 3 ¢ z N d 3 Q m N Y O z w W z 0 O m J awls o=uxi= J �9crio a ow `� w� w rJ K O ozUw a or�w a a NLL WO z w Z3 Zz 'g� EA Mw g z ¢dC �W<M a� xo ul� wFxaO x a =m Z�N M ww � 3¢-Y Ow 3 UO mwO�tn 3 a rnU O V!¢ wOL U Qw¢U wz � ww J�H O O Yr U2 0�03 U 22?YV NV p0 ax =0 =� W W �V L'i_ ¢ m nz In w sn�Vrnw mw NCO ¢D�N U mm WW � O� w0 rOmtu 0 Ow 003 a¢3N d wNJj� p3 �w OJ Ow U �L-i z mHc 22 2 WJ OV JQ m x r m r 6 Z_ (n S r try w Y d_ r w O m O w N in a U w 2~ Q z y U J ^�Z w� WO a �UaO� r0 mm wz WIw�ul3 �W U� m¢W U U NZJY3 VU YY r� ag DLO Q� O V> O m� tnOp r0>^Z U wY¢O�` KV i§ Zw L`On Z~U0 �0 Oi UQ7 Q�Gz U>�¢Y 00 mrZYW OrN HF wCr VIOWjY Oz FS- �OOwC mQ0 Q�00�0 Wa rY�Oz Ya OY 4� �VIKO� WVI 0OO pN Fanoz am��cW� mu`�i woN0 o oo Wo FxoF1 aU u' as c¢.�ca�a. Q�Wa,a aU dYOam Yo YY �< cQ53� Z 40 m w� N W N m Of O z O Z ~ Z OW O w W VI Q N y/ G u a Z N io a�o 1' n i N �s I d I \ / ■ \ � I \ �i s N b � C K 0o a w x x w 7 U = n y n n N i N i n t O zN Li ' 0 U Y J m 0 a3 nE V 1 6 N J 7 w MW It 1: o 3 m O¢ a o a0a: w Lj oFtn w% ~z O WaFO wclm N� �O�N m QU ¢ QW J JW a} 3�2 LL OZ > Ua. a r O W- NO� n55 U3. WW� wra = W U/ z O OJ a Y Z W O 'XVN .► 6 ��3 w=za Sul 5. ;na z ¢dam QOQOOaS� wOaw a ax nz �L m wZ W = OOJ -Lj' zoo oZ� wO n O ill aQ >3 > O pawZ I.r00 Q lei>m 'Ou aR Wwo w O aJ w x N(R 8ux' Wu ma 'n zlo m.-3: of ry wow m}mo 'w -J Fn 0 nw Wl m Q J O QE mC� JWW dm w J03 Sf/I W gFF w7 m Q Om _ ❑ \O to r O T w g J 0 �� at3 V H w O a m xC] F www W� 1 1 UQl 0>, 0 z � w to oVlm 1Q�In �l > zw�¢¢z QO Z W�3 Kz OZJ V1J mm �~O oa w UGo O� g0= aN way x�ag p� a w w 2Z� �z Fr Z iLwM 5UW oo m ,g o� QQ�x OfUW QdXW =O (A Q=m gU Sm QO aQa U<wa (n w ~O - Ili17 a ui 10 In m z Im a �VI + �r `•�� i NIN u,9 ,Z S 6 O_ 11 1 s ii ii W o NI" -1 I- = i pup 1.2�1^9� Ino .2/1 C I 1 u o _ z WWm z ^ ] NO0 N 4 1 J<jU C1 O UI � � W 1 w2 Iz WS U� W � U � bWW bWW n � O�� OYb O`LLd$ os MS .s �.Llr a IX a n ryp J W 13 a W `V i U wN li r V, U Y m J it 0 a3 lt O a m \ x n tl m Y J U z N N M ;L ^' I X N U 5 Z U Co 3 n� ^ 3 a m i ~ � a F n - ' n Z 04 W Cr W U Z tn N N O Wa W U 0 Q W O pWa U W Q = m W o a W W j N W d J Cn l ` C,� WWof _ /i L Ls UI = 00 W O - N Z i C LL WF no .9L/L l I . l/l 4 If J € rI n LEI i n t--BMN OL ]OSSmi $ rc J I F i Z to 34 0 N i Q V 0 W (' J _Z m �a W Z 2 W 0 U) w M Z0 LL. /� r/� U) O Z U Y J m O a3 O a J � 3 ; U U U � U sx I 1 I I I I I � I I � I I a I f _ _J _J 5 u � x x W p ,nW 4 W N J � _ F a Tom' _Z/l i v,, w j I F -� ..,£ Y22 ��[� W b LLii m m \ N moo 2 2 4' 2 d • z F 3JO Q U �• cr a 0: 77d q ❑ z O z o U 0. T z O 2 W f/1 z a pNa � W } J C Rq V � L FWV Q ! DI JF L 1%1 0 3 m W O z N V Y J mix 0 a3 I 0 cc J cc W W F V VI W U VV) U W V) O J w O NU M U O V O ¢ zw g w O = U m w Iw a o a ga a o= w w m a w W Y Z Z W VI Yp p O U VI yy W O J V, Fti 2 V, 3F 6) V> W m V, V) In a ~ z ~ n z 5 O Q 3Y 3W0 w 3zz a}} O OJ 7 F N VI W 0 N MI Y z �s �a o c� z VI W .k .zl� a![ 4 aj ,9l/5 Q ry ,Z/L t Y ROOM000000 W 000000 CVI �n ¢ , 4 X C Q F, a annbnn� a u LLJ LJ J L\ n " rr g% S @/5 .r r u U Y J m 0O a3 J p .Z S a Z Q a 2 U O I I _ r i L .Z S t l .f/C b Y LA U Oz z l F z OZ U uj U W W R W p x 3 M J O U W LA < J 2 C1 n U p ^n� Go O m 1 a z a p = J ¢ 0 ul w N Q (r U F Z 0 p O m Z Lr Azo N z u W v a a cn O U z ¢ 3 3 H J .B/� 1 Vi f Uwi a Om .b/C CZ 1LLI bls J Z ^ N M Yi n .S N .00 x YI iW z o _ I a o ov Q ?I o Ld °° o w N ul I N o Z/S x �J �z .L „Z l It y^LL z JIB o Jm� C o•i � a5o oN i= s� W G r W J Z V /1 0 0 12 r �cn Y J cr m0 CL 3 s o j aauns )e �7v�ans Urtn •ONO3 AYMOWMI Ij z m I x m U O m W N z 0 0 I W O 4' Z o o a a m m 4J K 3 Ems® _ N 7 4 I I W m I I O I Q _= I N r � I Q of x Z D I } H C z 1 W Q W � o O � Q] ~ U K • UI O ' U • Z Q Ld Q U O r W c N W � � Q H 0 � 2 > W C 6 zCA 0 U N J Y md' a3 U m w w W ^ a z ¢ ¢ Q N S f 3Z z 0 JEn ¢ 0¢ ZW z aka W m w 3 z CL m got> cr O¢ ¢z CAN d' z_ U K Om Q w0 �p OZ w Yam U o a w J r O O F u-o z m O W U U W W } F > J O a^ 3�pGJ p N Q z �P U x> UO =L"L N 0O JJ m¢ �w p_ i�W oa a w op�s J ¢0 OQ 0Q 2� WO cn� 5N�N m00 �f ?N f 0 to w cli li v ui cc O z Rn o� Fa 00 Nz On 0 z O 6 r I W W 7 U W WOa InN m w Z2 KLn Q QN V. 1 0 J W V H z J Q NYO a, U <a o, oa 3Z J V7 fV (~/� 20§ ZWZ Qa W mw O 70 6 wz QC U_ =mce 4' Om WO �+z Yam j 2z O QN w}W �^a L.,�o m WO 7 NH K-Z UC' oa.-, o Q >;, gj Nm OS GD cr wO se 9 C WOa N N lZU2 a 'F �~aLA �/V1-0 p 42 O 10 7:J L �I $l. z a !. o o � � F U W u� 9F F9 F w ddd�' 0 izo r V W a J a z 0 v W m U Y� J mo a3 a M� :) W K OU Fp }} a' N lL _ O O p z _9/f 2 W Q N u -p/L v~i 3 m ¢ o o l Z� U, w O m 4 II H ry �0bi O N Q ELO Q N M Q yam a In ~ I cn Q in Q3 in Q; coZ sob J ON Sa! N H Z y} m � J = p UZ n V Q rtll1 N W VIa 31u1 3z Ww IWnI tiJ W Q O d' 2 1!I ON2 p H— W H N M O n J O Z 2 � J W � ~ J J O J O W O N Z Q N 01 (<X p � � i h Ix 4 W Q � , Q W v\1 I F I I U _ _ .9/L Z w N lj a 9/S o � Z 0 JL U- 0 .L a� OY � to O N 1' I 0 zN 0 w LU L) Z Y V 0 J Z 0 w U N Y m C O aa3 a 0 x D 0 0 x M N J Ui VI g p x? < 3 J m Z O 4 W00 � Q ^ (0 Z Q N o O O p v�i I itW = ^ L C., F-- O Q ao Q Q Q I ui W J Q n (n Li ^ O ^ N z N Q H 2 N 1 l I i a r1 ^ N M ^ I a N N M Ala Li (n i O I — .4 0 z cM d C U Y J � m0 a3 PROVIDE 1" COVER MIN. (TYP.) 12" 6"j 4�^ 36' �I 40" 24 6" TYP 8" TYP f #5 HOOP BARS (TYP.) #5 HOOP BARS (TYP.) #4 HOOP BARS (TYP.) MODIFIED TYPE 1L CATCH BASIN REDUCING SECTION JULY 2014 Y c'1°' PUBLIC CONVERSION RISER FOR TYPE 1 CATCH BASIN DWG. NO. I �[IU WORKS (CONVERTS RECTANGULAR 4-18 LID TO ROUND LID) a CL �o � W ..r 00 0 0 0 O LLI Q? 0U' Q}U LnWwY=F Q(7U C) w Q W m KLLI a' Q `nV)Ln Qm L¢i S W (if O LV (n Z x � W LiWZ�-J Z D Q "tWJ(n 11 w 0 H Li )- F- V) � of Of O _w - U=w J� JU QP-w (7 ..mom w o Q a an Q< T w O F U} �v M x- ow(wn U7 p U W z<azow f00FmL- Of0-1A l/) Q (d),i) "NIW J¢ j w L, x u 3 C w J L)= ,•9 �,j JO o ZLjW wZ 0U LI Z0Ln0 X 3aU O aLn JwH wHLn�z � 0 (n - Zw� Q \ / z - z - M / <� w w a w ~F-K=O in U d U 0 Z m (n U (n 0 fn O / O a ipQL)WO Of (n 0_ in U ..-- - m pQ2 (nZ Q w Q U OwchUFO w > K Vi (1 D r �I 0 (nLJ LLJZ D (n LjO Cnn 2' WZ F-WZ a—�- a W W QJJ zC) Q W pLn� n pH} Q a W 2 J ~ _ L,OY ZW (n J:20 U z 3wZwawLNil ? Z0 z H m � r CD Q (n MJ z U 0 LLJ Q 0_[if of LO7 J0 (Y: Z w W O O zQO r w O w 2 S p (n QL- p :2 �- U[n00Z 4 (~j W Ofp� 0 � w m ��(Y ZQLn0 _ L7 (n p - Ld (n U Q Ja<�z II w Q H p 0- Q JzU-ZOO Q Y 7 r U N i Q JwuM UZ Ln I Q m LL zO O� L z F- zO -1 M w 0 S O LJ Ln zL� LO Y Q 0Ljw Z -100 0 z = Z o- OY (0jaw W U �� p N H U Q (gip Q _ ~ �(n z aLLI pZ r— U0 V1Q 7 Uww 'IT Q D w J L n m w 0 r' 7 d a H0- ZQ O0U0Q ~ z LLJ a z" ::)?� 0- O H Z Q V12 ¢ r r �> V1 W v� O- J 0 W. Q 0 > J U, 0 W / O wCkf � ~W wzpp0 OzwU�� J F O /i z Q � � ?LLJ < w T (Y O Q \!/ w z J O O Lj OZZLLJ \/ z0 0U¢�LY �d 00 (n \/ pU <X Q� Z�zH Q Ofp w U J J � O' = U 0 H 0 0 Q w UZ 0Ya O J (if �Qp } Of w Q w Um 00 O W _Z W Z w Z Of ~ v U� QN 4 Q-t2n N 0 O fl �Q m0O �] p (Y = H W M-U I UL. Z C-iI V) v (Dz Z � UZ JQ Z0 w(n�SO (if WzH 1,03 LV O w to Z� W QU Ln < S �j LY F- I FF- O V1 Q O z O 0 0 w I En W N w p N (n of w w 00 O LY O � W w V) a d a: p �Q.. m> F- z� O U _z Z2 H W UUj QZ QL, } U-j JOB aLLJ OJ } QLd 3ZCL L�iW wLY .~.. ~=O tY Z�H JN �m Z- En WO p WQJ (Y Wp0 OON QZ z� LLJ >UzW C7wwL) to ZUH Z(7p Q zLLJ ( Onuj >ZZQ 4=0 OO ¢_nwQ_wz Q(1 Q U(Y Z w CLPz UU 0_ Of O z30¢ cwa n n O N 0 � Z 0 z0 N G U (n J Y m IX O a3 I JI=lziVLLL w z w 5 N J m N c � cp ¢ e F F W w U Z N m Z0 O a o n J ILo o lul Im IS a y 1. 3 0 LUw go D W E Y m AM ri m E v c m c 0 O W O z U J � K O W U z W O U) vmms N8vw :A9 NMVLIO SERIES CONNECTED LOOP 1-2 COUNT DETECTOR LOOP 3 POSTED (DRAWING NOT TO SCALE) NOTES: 1. USE XYZ LOOP NUMBERING SCHEMATIC, WHERE: X ISTHE PHASE# Y IS LANE # FROM INSIDE Z IS LOOP # FROM STOPBAR 2. USE 3' CIRCULAR LOOP FOR BIKE LANES 40 115 234 3. PHASE 2 IS ALWAYS NORTHBOUND THRU DIRECTION O a 4. ALL LOOPS SHALL BE CIRCULAR W O Q � J w w � z Lu Q 'ADVANCE LOOPS ARE NOT z R REQUIRED FOR TURNING LANES 0 & MINOR THROUGH LANES O 3' ROUND BICYCLE LOOP (IF BICYCLE LANE BaST5) 4A 48 i9 Z M1 38 O 4 0 w J ir CIA co i) O2A 2 w 50' 2E 0 �JA M i9 T -STOP LINE REV SEPT 2019 ' SPEED {MPH} Si(FT) S2(FT} 25 -- 105 30 - 140 35 -- 1 S5 45 155 285 50 195 344 C" �'° PU��C SIGNAL LOOP SCHEMATIC DWG. NO. �� woRus 344 �'° PU��C SIGNAL LOOP SCHEMATIC DWG. NO. �� woRus 344 12116/2020 about:bl ank 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, workers 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: 1/14/20 *RiskClass County. Trade Job Classification Wage Holiday Overtime Note King A stos Abatement Workers Journey Level $50.86 5D 1H View King Boilermakers Journey Level $69.04 5N 1C View King Brick Mason Journey Level $58.82 5A 1M View King Brick Mason Pointer -Caulker -Cleaner $58.82 5A 1M View King Building Service Employees Janitor $25.58 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.03 55 2F View King Building Service Employees Window Cleaner (Non -Scaffold) $29.33 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.33 5S 2F View King Cabinet Makers fin Shop). Journey Level $22.74 1 View King Carpenters Acoustical Worker $62.44 7A 4C View King Carpenters Carpenter $62.44 7A 4C View King Carpenters Carpenters on Stationary Tools $62.57 7A 4C View King Carpenters Creosoted Material $62.54 7A 4C View King Carpenters Floor Finisher $62.44 7A 4C View King Carpenters Floor Layer $62.44 7A 4C View King Carpenters Scaffold Erector $62.44 7A 4C View King Cement Masons Application of all Composition $62.97 7A 41J View Mastic King Cement Masons Application of all Epoxy Material $62.47 7A 41J View King Cement Masons Application of all Plastic $62.97 7A 4U View Material King Cement Masons Application of Sealing $62.47 7A 41J View Compound King Cement Masons Application of Underlayment $62.97 7A 4U View King Cement Masons Building General $62.47 7A 41J View King Cement Masons Composition or Kalman Floors $62.97 7A 4U View about:blank 1/20 12/16/2020 about:blank King Cement Masons Concrete Paving $62.47 7A 4U View King Cement Masons Curb Et Gutter Machine $62.97 7A 4U View King Cement Masons Curb Et Gutter, Sidewalks $62.47 7A 4U View King Cement Masons Curing Concrete $62.47 7A 4U View King Cement Masons Finish Colored Concrete $62.97 7A 4U View King Cement Masons Floor Grinding $62.97 7A 4U View King Cement Masons Floor Grinding/Polisher $62.47 7A 4U View King Cement Masons Green Concrete Saw, self- $62.97 7A 4U View powered King Cement Masons Grouting of all Plates $62.47 7A 4U View King Cement Masons Grouting of allTilt-up Panels $62.47 7A 4U View King Cement Masons Gunite Noaleman $62.97 7A 4U View King Cement Masons Hand Powered Grinder $62.97 7A 4U View King Cement Masons Journey Level $62.47 7A 4U View King Cement Masons Patching Concrete $62.47 7A 4U View King Cement Masons Pneumatic Power Tools $62.97 7A 4U View King Cement Masons Power Chipping Et Brushing $62.97 7A 4U View King Cement Masons Sand Blasting Architectural $62.97 7A 4U View Finish King Cement Masons Screed Et Rodding Machine $62.97 7A 4U View King Cement Masons Spackling or Skim Coat $62.47 7A 4U View Concrete King Cement Masons Troweling Machine Operator $62.97 7A 4U View King Cement Masons Troweling Machine Operator on $62.97 7A 4U View Colored Slabs King Cement Masons Tunnel Workers $62.97 7A 4U View King Divers Et Tenders Bell/Vehicle or Submersible $116.20 7A 4C View Operator (Not Under Pressure) King Divers ft 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 It Tenders Manifold Operator Mixed Gas $72.31 7A 4C View King Divers Et Tenders Remote Operated Vehicle $67.31 7A 4C View Operator/Technician King Divers EL 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 Dredge 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 about:blank 2120 12/16/2020 aboAblank King Dredge Workers Oiler $56.00 5D 3F View King Drywall Applicator Journey Level $62.44 5D 1 H View King 2-ry-wa L Tapers Journey Level $62.94 5P 1 E View King Electrical Fixture Maintenance Journey Level $30.59 5L 1 E View Workers King Electricians - I sid Cable Splicer $83.17 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $89.34 7C 4E View King Electricians - Inside Certified Welder $80.36 7C 4E View King Electricians - Inside Certified Welder (tunnel) $86.25 7C 4E View King Electricians - Inside Construction Stock Person $41.48 7C 4E View King Electricians - Inside Journey Level $77.55 7C 4E View King Electricians - Inside Journey Level (tunnel) $83.17 7C 4E View King Electricians - Motor Shop Journey Level $45.08 5A 1 B View King Electricians - Powerline Cable Splicer $79.60 5A 4D View Construction King Electricians - Power ine Certified Line Welder $72.98 5A 4D View Construction King Electricians - Powerline Groundperson $47.94 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment Operator $72.98 5A 4D View Construction King Electricians - PowertirLe Journey Level Lineperson $72.98 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $62.06 5A 4D View Construction King Electricians - Powerline Meter Installer $47.94 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $72.98 5A 4D View Construction King Electricians - Powerline Powderperson $54.55 5A 4D View Construction King Electronic Technicians Journey Level $51.07 7E 1 E View King Elevator Constructors Mechanic $94.22 7D 4A View King Elevator Constructors Mechanic In Charge $101.73 7D 4A View King Fabricated Precast Concrete All Classifications - In -Factory $18.25 5B 1 R View Products Work Only King Fence Erectors Fence Erector $43.11 7A 4V 8Y View King Fence Erectors Fence Laborer $43.11 7A 4V 8Y View King Flaggers Journey Level $43.11 7A 4V 8Y View King Glaziers Journey Level $66.51 7L 1Y View King Heat Et Frost Insulators And Journeyman $76.61 5.1 4H View Asbestos Workers King Heating Equipment Mechanics Journey Level $85.88 7F 1E View King Hod Carriers Et Mason Tenders Journey Level $52.44 7A 4V 8Y View King Industrial Power Vacuum Cleaner Journey Level $13.50 1 View about:blank 3/20 12116/2020 about:bl ank King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B 1K View King InspectiorilCteaning/Sealing Of Cleaner Operator, Foamer $31.49 1 View Sewer Et Water Systems By, Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $13.50 1 View Sewer Et Water Systems By, Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By, Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By, Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By, Remote Control King Insulation Applicators Journey Level $62.44 7A 4C View King Ironworkers Journeyman $72.18 7N 10 View King Laborers Air, Gas Or Electric Vibrating $50.86 7A 4V 8Y View Screed King Laborers Airtrac Drill Operator $52.44 7A 4V 8Y View King Laborers Ballast Regular Machine $50.86 7A 4V 8Y View King Laborers Batch Weighman $43.11 7A 4V 8Y View King Laborers Brick Pavers $50.86 7A 4V 8Y View King Laborers Brush Cutter $50.86 7A 4V 8Y View King Laborers Brush Hog Feeder $50.86 7A 4V 8Y View King Laborers Burner $50.86 7A 4V 8Y View King Laborers Caisson Worker $52.44 7A 4V 8Y View King Laborers Carpenter Tender $50.86 7A 4V 8Y View King Laborers Cement Dumper -paving $51.80 7A 4V 8Y View King Laborers Cement Finisher Tender $50.86 7A 4V 8Y View King Laborers Change House Or Dry Shack $50.86 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $51.80 7A 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $50.86 7A 4V 8Y View King Laborers Choker Setter $50.86 7A 4V 8Y View King Laborers Chuck Tender $50.86 7A 4V 8Y View King Laborers Clary Power Spreader $51.80 7A 4V 8Y View King Laborers Clean-up Laborer $50.86 7A 4V 8Y View King Laborers Concrete Dumper/Chute $51.80 7A 4V 8Y View about:blank 4/20 12/16/2020 aboLftlank Operator King Laborers Concrete Form Stripper $50.86 7A 4V 8Y View King Laborers Concrete Placement Crew $51.80 7A 4V 8Y View King Laborers Concrete Saw Operator/Core $51.80 7A 4V 8Y View Driller King Laborers Crusher Feeder $43.11 7A 4V 8Y View King Laborers Curing Laborer $50.86 7A 4V 8Y View King Laborers Demolition: Wrecking Et Moving $50.86 7A 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $50.86 7A AY 8Y View King Laborers Diver $52.44 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, $51.80 7A 4V 8Y View Diamond) King Laborers Dry Stack Walls $50.86 7A 4V 8Y View King Laborers Dump Person $50.86 7A 4V 8Y View King Laborers Epoxy Technician $50.86 7A 4V 8Y View King Laborers Erosion Control Worker $50.86 7A 4V 8Y View King Laborers Faller Et Bucker Chain Saw $51.80 7A 4V 8Y View King Laborers Fine Graders $50.86 7A 4V 8Y View King Laborers Firewatch $43.11 7A 4V 8Y View King Laborers Form Setter $50.86 7A 4V 8Y View King Laborers Gabian Basket Builders $50.86 7A 4V 8Y View King Laborers General Laborer $50.86 7A 4V 8Y View King Laborers Grade Checker Et Transit Person $52.44 7A 4V 8Y View King Laborers Grinders $50.86 7A 4V 8Y View King Laborers Grout Machine Tender $50.86 7A 4V 8Y View King Laborers Groutmen (Pressure) Including $51.80 7A 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $50.86 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level $52.44 7A AY 8Y View A) King Laborers Hazardous Waste Worker (Level $51.80 7A 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $50.86 7A 4V 8Y View C) King Laborers High Scaler $52.44 7A 4V 8Y View King Laborers Jackhammer $51.80 7A 4V 8Y View King Laborers Laserbeam Operator $51.80 7A 4V 8Y View King Laborers Maintenance Person $50.86 7A 4V 8Y View King Laborers Manhole Builder-Mudman $51.80 7A 4V 8Y View King Laborers Material Yard Person $50.86 7A 4V 8Y View King Laborers Motorman -Dinky Locomotive $51.80 7A 4Y 8Y View King Laborers Nozzleman (Concrete Pump, $51.80 7A 4V 8Y View Green Cutter When Using about:blank 5/20 12/16/2020 aboutbl ank Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) King Laborers Pavement Breaker $51.80 7A 4V 8Y View King Laborers Pilot Car $43.11 7A 4V 8Y View King Laborers Pipe Layer Lead $52.44 7A 4V 8Y View King Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y View King Laborers Pipe Pot Tender $51.80 7A 4V 8Y View King Laborers Pipe Reliner $51.80 7A 4V 8Y View King Laborers Pipe Wrapper $51.80 7A 4V 8Y View King Laborers Pot Tender $50.86 7A 4V 8Y View King Laborers Powderman $52.44 7A 4V 8Y View King Laborers Powderman's Helper $50.86 7A 4V 8Y View King Laborers Power Jacks $51.80 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $51.80 7A 4V 8Y View King Laborers Raker - Asphalt $52.44 7A 4V 8Y View King Laborers Re-timberman $52.44 7A 4V 8Y View King Laborers Remote Equipment Operator $51.80 7A 4V 8Y View King Laborers Rigger/Signal Person $51.80 7A 4V 8Y View King Laborers Rip Rap Person $50.86 7A 4V 8Y View King Laborers Rivet Buster $51.80 7A 4V 8Y View King Laborers Rodder $51.80 7A 4V 8Y View King Laborers Scaffold Erector $50.86 7A 4V 8Y View King Laborers Scale Person $50.86 7A 4V 8Y View King Laborers Sloper (Over 20") $51.80 7A 4V 8Y View King Laborers Sloper Sprayer $50.86 7A 4V 8Y View King Laborers Spreader (Concrete) $51.80 7A 4V 8Y View King Laborers Stake Hopper $50.86 7A 4V 8Y View King Laborers Stock Piler $50.86 7A 4V 8Y View King Laborers Swinging Stage/Boatswain $43.11 7A 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air Et $51.80 7A 4V 8Y View Gas Operated Tools King Laborers Tamper (Multiple Et Self- $51.80 7A 4V BY View propelled) King Laborers Timber Person - Sewer (Lagger, $51.80 7A 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $50.86 7A 4V 8Y View King Laborers Topper $50.86 7A 4V 8Y View King Laborers Track Laborer $50.86 7A 4V 8Y View King Laborers Track Liner (Power) $51.80 7A 4V 8Y View King Laborers Traffic Control Laborer $46.10 7A 4V 9C View aboUblank 6/20 12/16/2020 abm t:blank King Laborers Traffic Control Supervisor $46.10 7A 4V 9C View King Laborers Truck Spotter $50.86 7A 4V 8Y View King Laborers Tugger Operator $51.80 7A 4V 8Y View King Laborers Tunnel Work -Compressed Air $120.61 7A 4V 9B View Worker 0-30 psi King Laborers Tunnel Work -Compressed Air $125.64 7A 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air $129.32 7A 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work -Compressed Air $135.02 7A 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work -Compressed Air $137.14 7A 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work -Compressed Air $142.24 7A 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work -Compressed Air $144.14 7A 4V 9B View Worker68.01-70.00 psi King Laborers Tunnel Work -Compressed Air $146.14 7A 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air $148.14 7A 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $52.54 7A 4V 8Y View 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 Sewer Et General Laborer Et Topman $50.86 7A 4V 8Y View Water King Laborers - Underground Sewer Et Pipe Layer $51.80 7A 4V 8Y View Water King Landscape Construction Landscape $39.18 7A 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $68.02 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $62.44 5D 1H View King Marble Setters Journey Level $58.82 5A 1M View King Metal Fabrication In Shop). Fitter $15.86 1 View King Metal Fabrication In Shop). Laborer $13.50 1 View King Metal Fabrication {In Shop). Machine Operator $13.50 1 View King Metal Fabrication In Shop), Painter $13.50 1 View abm t:blank 7/20 12116/2020 about:blank King Metal Fabrication In Shop), Welder $15.48 1 View King Millwright Journey Level $63.94 7A 4C View King Modular Buildings Cabinet Assembly $13.50 1 View King Modular Buildings Electrician $13.50 1 View King Modular Buildings Equipment Maintenance $13.50 1 View King Modular Buildings Plumber $13.50 1 View King Modular Buildigs Production Worker $13.50 1 View King Modular Buildings Tool Maintenance $13.50 1 View King Modular Buildings Utility Person $13.50 1 View King Modular Buildings Welder $13.50 1 View King Painters Journey Level $43.40 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 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - $103.43 7A 4C View Compressed Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - $105.43 7A 4C View Compressed Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $62.69 7A 4C View King Plasterers Journey Level $59.42 7Q 111 View King Playground Et Park Equipment Journey Level $13.50 1 View Installers King Plumbers Et Pipefitters Journey Level $87.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $69.16 7A 3K 8X View about:blank 8/20 12/16/2020 aboLftlank King Power Equipment Operators Assistant Engineer $65.05 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $68.55 7A 3K 8X View King Power Equipment Operators Bobcat $65.05 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition $65.05 7A 3K 8X View Equipment King Power Equipment Operators Brooms $65.05 7A 3K 8X View King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators Cableways $69.16 7A 3K 8X View King Power Equipment Operators Chipper $68.55 7A 3K 8X View King Power Equipment Operators Compressor $65.05 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser $65.05 7A 3K 8X View Screed King Power Equipment Operators Concrete Pump - Mounted Or $68.02 7A 3K 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $69.16 7A 3K 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $68.55 7A 3K 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $68.02 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and $71.26 7A 3K 8X View over King Power Equipment Dperators Cranes: 100 tons through 199 $69.85 7A 3K 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 $68.55 7A 3K 8X View Tons With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $70.57 7A 3K 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $71.26 7A 3K 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $69.16 7A 3K 8X View Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A -frame - 10 Tons And $65.05 7A 3K 8X View Under King Power Equipment Operators Cranes: Friction cranes through $70.57 7A 3K 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $68.02 7A 3K 8X View attachments, A -frame over 10 tons about:blank 9/20 12/16/2020 about:blank King Power Equipment Operators Crusher $68.55 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches $68.55 7A 3K 8X View ( power) King Power Equipment Operators Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Operators Dozers D-9 Et Under $68.02 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $68.02 7A 3K 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators Elevator And Man -lift: $65.05 7A 3K 8X View Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $68.55 7A 3X 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $68.02 7A 3IC 8X View With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $65.05 7A 3IC 8X View Attachments King Power Equipment Operators Grade Engineer: Using Blue $68.55 7A 3K 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $65.05 7A 3K 8X View King Power Equipment Operators Guardrail Punch $68.55 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating $69.16 7A 3K 8X View Off- Road Equipment 45 Yards. Et Over King Power Equipment operators Hard Tail End Dump Articulating $68.55 7A 3K 8X View Off -road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $68.02 7A 3K 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $68.55 7A 3K 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over 10 $68.02 7A 3K 8X View Tons King Power Equipment Operators Hydralifts/Boom Trucks, 10 $65.05 7A 3IC 8X View Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $69.85 7A 3K 8X View Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $69.16 7A 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $68.55 7A 3K 8X View Yards King Power Equipment Operators Loaders, Plant Feed $68.55 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $68.02 7A 3K 8X View King Power Equipment Operators Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators Material Transfer Device $68.55 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 $69.85 7A 3K 8X View Per Hour Over Mechanic) about blank 10/20 12/16/2020 about:blank King Power Equipment Operators Motor Patrol Graders $69.16 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $69.16 7A 3K 8X View 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 And $68.02 7A 3K 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: $68.55 7A 3K 8X View 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $69.85 7A 3K 8X View Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $69.16 7A 3K 8X View Through 99 Tons King Power Equipment Operators Pavement Breaker $65.05 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane $68.55 7A 3K 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $65.05 7A 3K 8X View King Power Equipment Operators Power Plant $65.05 7A 3K 8X View King Power Equipment Operators Pumps - Water $65.05 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View King Power Equipment Operator Quick Tower - No Cab, Under $65.05 7A 3K 8X View 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $69.16 7A 3K 8X View 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, Bellman $68.02 7A 3K 8X View (Certified) King Power Equipment Operators Rollagon $69.16 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $65.05 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift $68.02 7A 3K 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $68.55 7A 3K 8X View King Power Equipment Operators Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 $68.55 7A 3K 8X View Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $68.02 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $69.16 7A 3K 8X View Yards And Over King Power Equipment Operators Service Engineers - Equipment $68.02 7A 3K 8X View King Power Equipment Operators S hotcrete/ G unite Equipment $65.05 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $68.02 7A 3K 8X View about:blank 11/20 12116/2020 about:blank Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $69.16 7A 3K 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $68.55 7A 3K 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $69.85 7A 3K 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $70.57 7A 3K 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $69.16 7A 3K 8X View King Power Equipment Operators Spreader, Topsider & $69.16 7A 3K 8X View Screedman King Power Equipment Operators Subgrader Trimmer $68.55 7A 3K 8X View King Power Equipment Operators 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' through $70.57 7A 3K 8X View 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 - 100 $68.55 7A 3K 8X View Tons And Over King Power Equipment Operators Truck Crane Oiler/Driver Under $68.02 7A 3K 8X View 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $68.55 7A 3K 8X View King Power Equipment Operators Welder $69.16 7A 3K 8X View King Power Equipment Operators Wheel Tractors, FarmallType $65.05 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $68.55 7A 3K 8X View King Power Equipment Operators- Asphalt Plant Operators $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $65.05 7A 3K 8X View Underground Sewer Ft Water Equipment King Power Equipment Operators- Brooms $65.05 7A 3K 8X View Underground Sewer Et Water about bl ank 12/20 12/16/2020 about:bl ank King Power Equipment Operators- Bump Cutter $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $65.05 7A 3K 8X View Underground Sewer EL Water King Power Equipment Operators- Concrete Finish Machine - Laser $65.05 7A 3K 8X View Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $68.02 7A 3K 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $69.16 7A 3K 8X View Underground Sewer 6L Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $68.55 7A 3K 8X View Underground Sewer EL VdaLei With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes friction: 200 tons and $71.26 7A 3K 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes: 100 tons through 199 $69.85 7A 3K 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 $68.55 7A 3K 8X View Underground Sewer & Water Tons With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $70.57 7A 3K 8X View Underground Sewer & Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $71.26 7A 3K 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $69.16 7A 3K 8X View Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equippent Operators- Cranes: A -frame - 10 Tons And $65.05 7A 3K 8X View Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through $70.57 7A 3K 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $68.02 7A 3K 8X View Underground Sewer Et Water attachments, A -frame over 10 tons King Power Equipment Operators- Crusher $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $68.55 7A 3K 8X View Underground Sewer Et Water (power) about:blank 13/20 12/16/2020 about:blank King Power Equipment Operators- Derricks, On Building Work $69.16 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Dozers D-9 Et Under $68.02 7A 3K 8X View Underground Sewer Et Watt r King Power Equipment Operators- Drill Oilers: Auger Type, Truck $68.02 7A 3K 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $69.85 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator And Man -lift: $65.05 7A 3K 8X View Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $68.55 7A 3K 8X View Underground Sewer Ft Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $68.02 7A 3K 8X View Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $65.05 7A 3K 8X View Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $68.55 7A 3K 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating $69.16 7A 3K 8X View Underground Sewer l Water Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump Articulating $68.55 7A 3K 8X View Underground Sewer Ez Water Off -road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $68.02 7A 3K 8X View Underground Sewer Ft Water Locator King Power Equipment Operators- Horizontal/Directional Drill $68.55 7A 3K 8X View Underground Sewer Er Water Operator King Power Equipment Operators- Hydralifts/Boom Trucks Over 10 $68.02 7A 3K 8X View Underground Sovm€ a Water Tons King Power Equipment Operators- Hydralifts/Boom Trucks, 10 $65.05 7A 3K 8X View Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $69.85 7A 3K 8X View Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $69.16 7A 3K 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $68.55 7A 3K 8X View Underground Sewer Ft Water Yards King Power Equipment Operators- Loaders, Plant Feed $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $68.55 7A 3K 8X View Underground Sewer Et Water about blank 14/20 12116/2020 about:blank King Power Equipment Operators- Material Transfer Device $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 $69.85 7A 3K 8X View Underground Sewer Et Water Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $69.16 7A 3K 8X View Underground Sewer £t Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $69.16 7A 3K 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $65.05 7A 3K 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $68.02 7A 3K 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: $68.55 7A 3K 8X View Underground Sewer It Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $69.85 7A 3K 8X View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $69.16 7A 3K 8X View Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $65.05 7A 3K 8X View Underground Sewer ft Water King Power Equipment Operators- Pile Driver (other Than Crane $68.55 7A 3K 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View Underground Sewer a Water King Power Equipment Operators- Posthole Digger, Mechanical $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $65.05 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Pumps - Water $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $65.05 7A 3K 8X View Underground Sewer Ft Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $69.16 7A 3K 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $68.02 7A 3K 8X View Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $65.05 7A 3K 8X View Underground Sewer Et Water about dank 15/20 12116/2020 about:blank King Power Equipment Operators- Roller, Plant Mix Or Multi -lift $68.02 7A 3K 8X View Underground Sewer Ft Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $68.55 7A 3K 8X View UndergLound Sewer EL -Water - King Power Equipment Operators- Saws - Concrete $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $68.55 7A 3K 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $69.16 7A 3K 8X View Underground Sewer Ft Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- S hotcrete/ G unite Equipment $65.05 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $68.02 7A 3K 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Opg[atvrs- Shovel, Excavator, Backhoe: $69.16 7A 3K 8X View Underground Sewer Ei Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operatgrrs- Shovel, Excavator, Backhoes, $68.55 7A 3K 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $69.85 7A 3K 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $70.57 7A 3K 8X View Underground Sewer Ft Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $69.16 7A 3K 8X View Underground Sewer Et 'Water Screedman King Power Equipment Operators- Subgrader Trimmer $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $69.85 7A 3K 8X View Underground Sewer_�t Wa er Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' through $70.57 7A 3K 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $71.26 7A 3K 8X View Underground Sewer Fr Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $69.16 7A 3K 8X View Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $68.55 7A 3K 8X View Underground Sewer Et Water Tons And Over about blank 16/20 12/16/2020 abu t:blank King Power Equipment Operators- Truck Crane Oiler/Driver Under $68.02 7A 3K 8X View Underground Sewer Ei Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $68.55 7A 3K 8X View Underground Sewer It Water King Power Equipment Operators- Welder $69.16 7A 3K 8X View Underground Sewer Et Wa er King Power Equipment Operators- Wheel Tractors, Farman Type $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $68.55 7A 3K 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $50.96 5A 4A View Trimmers King Power Line learance Tree Spray Person $48.35 5A 4A View Trimmers King Power Line Ctearance Tree Tree Equipment Operator $50.96 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $45.54 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $34.51 5A 4A View Trimmers King Refrigeration a Air Conditioning Journey Level $82.51 6Z 1G View 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 DrywaL! Applicators Journey Level $46.43 7A 4C View King Residential Drywall Tapers Journey Level $47.17 5P 1 E View King Residential Electricians Journey Level $36.01 1 View King Residential Glaziers Journey Level $44.15 7L 1 H 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 $27.38 1 View King Residential Painters Journey Level $27.80 1 View King Residential Plumbers Journey Level $39.43 1 View Pi pefitters King Residential Refrigeration Et Air Journey Level $54.12 5A 1G View Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $51.89 7F 1 R View King Residential Soft Floor Layers Journey Level $51.07 5A 3J View King Residential Sprinkler Fitters Journey Level $48.18 5C 211 View .(Fire Protection). King Residential Stone Masons Journey Level $58.82 5A 1M View King Residential Terrazzo Workers Journey Level $54.06 5A 1M View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers abu t:blank 17/20 12/16/2020 about:blank King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $53.27 5A 3H View King Roofers Using Irritable Bituminous $56.27 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $85.88 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $36.36 7V 1 View King Shipbuilding Et ship Repair New Construction Carpenter $36.36 7V 1 View King Shipbuilding Et ShipRepair New Construction Crane $36.36 7V 1 View Operator King Shipbuilding,& Ship Repair New Construction Electrician $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $76.61 5.1 4H View Insulator King Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $36.36 7V 1 View Engineer King 5hipb it ing fr ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding Et ShipRepair New Construction Pipefitter $36.36 7V 1 View King Shipbuilding It ShipRepair New Construction Rigger $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $36.36 7V 1 View Burner King Ship uil ing Et Ship Repair Ship Repair Boilermaker $46.15 7X 4J View King zShipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $46.15 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $76.61 5J 4H View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $46.15 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Machinist $46.15 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $46.15 7X 4.1 View King Shipbuilding Et Ship Repair 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 Maker5 Et InstiAkrs Journey Level $50.90 0 1 View .(Electrical), King Sign Makers Et installers (Non- Journey Level $31.52 0 1 View Electrical). about -blank 18120 12/16/2020 about:blank King Soft Floor Layers Journey Level $51.07 5A 3J View King Solar Controls For Windows Journey Level $13.50 1 View King Sprinkler Fitters {Fire Journey Level $81.39 5C 1X View Protection), King Stage Rigging Mechanics (Non Journey Level $13.50 1 View Structural). King Stone Masons Journey Level $58.82 5A 1M View King Street And Parking Lot Sweeper Journey Level $19.09 1 View 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 View King Tee -communication T hnicians Journey Level $51.07 7E 1E View King Telephone Line Construction_- Cable Splicer $41.81 5A 2B View Outside King Telephone Line Construction_ Hole Digger/Ground Person $23.53 5A 2B View Outside King Telephone Line Construction - Installer (Repairer) $40.09 5A 2B View Outside King Telephone Line Construction Special Aparatus Installer 1 $41.81 5A 2B View Outside King Telephone Line Construction - Special Apparatus Installer II $40.99 5A 2B View Outside King Telephone Line Constmcltan - Telephone Equipment Operator $41.81 5A 2B View Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $38.92 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $38.92 5A 2B View Outside King Telephone Line Construction • Television Groundperson $22.32 5A 2B View Outside King Telephone Line Construction - Television Lineperson/Installer $29.60 5A 2B View Outside King Telephone Line Cans rue ion - Television System Technician $35.20 5A 2B View Outside King Telephone Line Construction - Television Technician $31.67 5A 2B View Outside King Telephone Line Construction - Tree Trimmer $38.92 5A 2B View Outside King Terrazzo Workers Journey Level $54.06 5A 1M View King Tile Setters Journey Level $54.06 5A 1M View King Tile, Marble Et Terrazzo Finisher $44.89 5A 1B View Finishers King Traffic Control Stripers Journey Level $47.68 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $61.59 5D 4Y 8L View about:blank 19/20 12/16/2020 abouttlank King Truck Drivers Asphalt Mix To 16 Yards $60.75 5D 4Y 8L View King Truck Drivers Dump Truck $60.75 5D 4Y 8L View King Truck Drivers Dump Truck Et Trailer $61.59 5D 4Y 8L View King Truck Drivers Other Trucks $61.59 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $61.59 5D 4Y 8L View King Weil Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Weft Driller5 Ft Irrigation Pump Oiler $13.50 1 View Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers about:blank 20/20 1/26/2021 Corporations and Charities System BUSINESS INFORMATION Business Name: TUCCI & SONS, INC. UBI Number: 278 021 315 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 4224 WALLER RD E, TACOMA, WA, 98443-1623, UNITED STATES Principal Office Mailing Address: 4224 WALLER RD E, TACOMA, WA, 98443-1623, UNITED STATES Expiration Date: 03/31/2021 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 03/02/1948 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: MICHAEL F TUCCI Street Address: 4224 WALLER RD, TACOMA, WA, 98443-0000, UNITED STATES Mailing Address: 4224 WALLER RD, TACOMA, WA, 98443-0000, UNITED STATES GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL MICHAEL TUCCI GOVERNOR INDIVIDUAL TIMOTHY TUCCI GOVERNOR INDIVIDUAL MICHAEL TUCCI GOVERNOR INDIVIDUAL KEVIN KEVER https://cds.sos.wa.gov/#/BusinessSearch/Businessinformation 1/1 3/26/2021 Washington State Department of Revenue < Business Lookup License Information: Entity name: TUCCI & SONS, INC. Business name: TUCCI & SONS, INC. Entity type: Profit Corporation UBI #: 278-021-315 Business ID: 001 Location ID: 0001 Location: Active Location address: 4224 WALLER RD E Mailing address: Excise tax and reseller permit status: Secretary of State status: Endorsements Endorsements held at this locatio License # Black Diamond General Business - Non -Resident Bonney Lake General Business - Non -Resident Burien General Business - Non- 08498 Resident Federal Way General Business - Non -Resident Fife General Business - Non - Resident Fircrest General Business - Non -Resident Gig Harbor General Business - Non -Resident Lacey General Business - Non- 5339 Resident TACOMA WA 98443-1623 4224 WALLER RD E TACOMA WA 98443-1623 Click here Click here Count Details New search Back to results Pagel of 2 Filter Status Expiration date First issuance de Active Jul-31-2021 Jul-22-2020 Active Mar-31-2022 Feb-01-2007 Active Aug-31-2021 Aug-07-2020 Active Jan-31-2022 Jan-19-2021 Active Mar-31-2022 Dec-19-2014 Active Feb-28-2022 Feb-18-2021 Active Mar-31-2022 Oct-29-2009 Active Mar-31-2022 May-20-1999 https://secure.dor.wa.gov/gteunauth/_/#3 1 /2 3/26/2021 Washington State Department of Revenue Endorsements held at this locatio License # Lakewood General Business - Non -Resident Milton General Business - Non - Resident Minor Work Permit ESAC 11205 00 North Bend General Business - 019340.0 Non -Resident Puyallup General Business - 921 Non -Resident Ruston General Business - Non -Resident SeaTac General Business - Non -Resident Governing People May include governing people not registered with Secremry o/State Governing people Title KEVER, KEVIN A TUCCI, MICHAEL A TUCCI, MICHAEL F TUCCI, TIMOTHY F Expiration date First issuance di Active Mar-31-2022 Mar-21-2019 Active Mar-31-2022 Mar-29-2019 Active Mar-31-2022 Jul-03-1991 Active Mar-31-2022 Dec-30-2019 Active Mar-31-2022 Sep-01-1984 Active Jun-30-2021 Jul-07-2020 Active Feb-28-2022 Feb-18-2021 View Additional Locations The Business Lookup information is updated nightly. Search date and time: 3/26/2021 1.46.40 PM Contact us How are,we doing? Take our survey! Don't see what you expected? Check if your browser is supported hftps://secure.dor.wa.gov/gteunauth/—/#3 2/2 CORPORATE RESOLUTION RE AUTHORITY TO SIGN THE UNDERSIGNED Assistant Secretary -Treasurer of Tucci & Tucc➢&Sons Inc Sons, Inc., a Washington corporation, do hereby certify and affirm that the following resolution was adopted at a duly convened regular meeting of the Board of Directors of said corporation, conducted in its corporate offices on December 12, 2020, and this authority has not been withdrawn or revoked as of the date hereof. BE IT RESOLVED, that any one of the following officers of the Corporation: Michael F. Tucci, President, or Timothy F. Tucci, Secretary - Treasurer, or Kevin A. Kever, Assistant Secretary/Treasurer, is hereby authorized and empowered to sign, seal and execute on behalf of the Corporation, any and all documents relating to bids, construction contracts, subcontractor contracts, and any other documents relating to construction. Said officers are also authorized to execute on behalf of the Corporation any documents arising from or associated with said construction contracts, including but not limited to requests for payment, work orders and change orders. DATED this 24th day of February 2021. KEVIN A. KEVER Assistant Secretary -Treasurer 4224 Waller Road Tacoma. Washington 98443-1623 Telephone 253.922.6676 Fax 253.922.2676 CORPORATE RESOLUTION RE AUTHORITY TO SIGN THE UNDERSIGNED Assistant Secretary -Treasurer of Tucci & Tucci&Sons Inc Sons, Inc., a Washington corporation, do hereby certify and affirm that the following resolution was adopted at a duly convened regular meeting of the Board of Directors of said corporation, conducted in its corporate offices on December 12, 2020, and this authority has not been withdrawn or revoked as of the date hereof. BE IT RESOLVED, that any one of the following officers of the Corporation: Michael F. Tucci, President, or Timothy F. Tucci, Secretary - Treasurer, or Kevin A. Kever, Assistant Secretary/Treasurer, is hereby authorized and empowered to sign, seal and execute on behalf of the Corporation, any and all documents relating to bids, construction contracts, subcontractor contracts, and any other documents relating to construction. Said officers are also authorized to execute on behalf of the Corporation any documents arising from or associated with said construction contracts, including but not limited to requests for payment, work orders and change orders. DATED this 24th day of February 2021, KEVIN A. KEVER Assistant Secretary -Treasurer 4224 Waller Road Tacoma, Washington 98443-1623 Telephone 253.922.6676 Fax 253.922.2676